Stotles logo
Awarded

RM1043.8-1-Defence AI Centre Agile Delivery Partner

Published

Description

Summary of work The Defence AI Centre (DAIC) requires an Agile Delivery Partner to provide multi-disciplinary teams at all stages of the agile life-cycle (https://www.gov.uk/service-manual/agile-delivery) to develop novel AI concepts to meet the needs of our users. Where the supplied staff will work South East England Where the supplied staff will work No specific location (for example they can work remotely) Why the work is being done AI can be defined as a family of general-purpose technologies, any of which may enable machines to perform tasks normally requiring human or biological intelligence, especially when the machines learn from data how to do those tasks. As the National AI Strategy notes, these technologies have huge potential to rewrite the rules of whole industries, drive substantial economic growth and transform all areas of life. Harnessing the potential of AI will be essential to Defence modernisation, enhancing capability across the whole organisation and enabling us to maintain strategic advantage. MOD has established the Defence AI Centre (DAIC) to catalyse the integration and adoption of these critical and ubiquitous capabilities at near-development speed for enduring technological superiority. This opportunity is for two DAIC components: the Defence AI Centre Experimentation hub (DAIC-X) and Defence AI Centre Operations (DAIC Ops). Led by Dstl, DAIC-X accelerates the adoption of the next generation of AI and AS technologies for Defence, including through the conduct of rapid AI and AS concept development and experimentation. DAIC Ops, led by Defence Digital and DE&S, integrates and scales AI and AS systems into operational use. The business problem DAIC requires an Agile Delivery Partner to provide multi-disciplinary teams at all stages of the agile life-cycle (https://www.gov.uk/service-manual/agile-delivery) to develop novel AI concepts to meet the needs of our users. These teams will have experience and expertise in developing AI components of digital and physical systems, and deploying these onto platforms e.g. as a cloud-hosted application, or onto a physical system. We would be very keen to receive bids from partnered suppliers who can collectively provide the required capabilities, including non-traditional defence suppliers and small and medium-sized enterprises. The people who will use the product or service User type: military user Definition: As a military user, I need to be able to develop and exploit AI to augment my ability to analyse and gain insight from large volumes of diverse data, so I can improve situational awareness and enhance decision making across a wide variety of military tasks. As a military user, I need to be able to exploit the benefits of increasingly autonomous systems, so that I can deliver the operational outputs required of me in a range of military tasks. User type: back-office user Definition: As a back-office user, I need to be able to exploit the benefits of AI so I can deliver a wide range of business tasks more efficiently and effectively. User type: any user of AI in Defence Definition: As any user of AI in Defence, I need to be confident that AI-enabled capability is delivered and used in a safe and responsible manner, as per to MOD's approach to the delivery of AI-enabled capability in Defence (https://www.gov.uk/government/publications/ambitious-safe-responsible-our-approach-to-the-delivery-of-ai-enabled-capability-in-defence) Work done so far DAIC-X was established in 2021, and in partnership with the successful bidder on another DOS contract (https://www.digitalmarketplace.service.gov.uk/digital-outcomes-and-specialists/opportunities/15410) has delivered multiple AI and AS concepts. This has established ways of working, infrastructure and processes which will be used and built on for this opportunity. IP of previous work is owned by MOD so can be re-used for future concepts. Which phase the project is in Not applicable Existing team Throughout concept delivery, the supplier will be working with a mixed team of MOD stakeholders, Dstl specialists and other contracted partners delivering DAIC-X. The principal engagement on this task will be with: DAIC-X lead for AI Concept Development & Experimentation DAIC-Ops leads for product development Concept product owners DAIC-X concept technical partners There will also be significant engagement with the wider DAIC team in Dstl, Defence Digital and other parts of MOD. Address where the work will be done Dstl Porton Down (SP4 0JQ), Dstl Portsdown West (PO17 6AD), with regular travel to stakeholders around the UK, and remote working opportunities. Some international travel may be required. Working arrangements We would like the supplier to become a partner integrated into DAIC. This will requires some presence at MOD sites, though remote working is encouraged where feasible. Working at MOD/Dstl sites will be required for classified elements of the work, and there will be a need to travel to conduct research and development activities at the user's locations. This may include international travel to support International Research Collaboration meetings and exercises. Reasonable expenses may be claimed in line with Dstl's expenses policy and will require prior approval. Security and vetting requirements Security Check (SC) Security and vetting requirements Developed Vetting (DV) More information about the Security requirements: Security Check level of clearance is required for majority of team. Some personnel with DV clearance would be highly advantageous. Some elements of the work will require UK nationals only (no dual nationals or non-UK nationals). The supplier is expected to process and hold their own clearances. Clearances can be managed by 3rd parties. The authority will not hold or sponsor clearances. Latest start date 1 August 2023 Expected contract length Contract length: 2 years 0 months 0 days Optional extension: 1 years 0 months 0 days Special terms and conditions special term or condition: DEFCON 703 shall apply throughout. Budget Indicative maximum: £25000000 Indicative minimum: £1200000 Further information: Total Limit of Liability is £25M (ex VAT), evenly spread over FY23/24 and FY24/25. This contract provides Dstl the ability to place up to £25M worth of work with the chosen supplier. This amount however is not guaranteed to be spent. Within this overarching contract, Dstl wishes to be able to agree individual tasks with the supplier, which will set out the specific deliverables, team composition and expected costs. The initial task to be let under this contract is for the first concept development task in FY23/24 and has a budget of £1.2M. We will be evaluating the price based on this first task, with supplier responses to this forming the rate card for the duration of the contract so the hourly/day rates will remain firm for the duration of the contract. There could be an option to increase in value to a maximum Limit of Liability of £45M total. This could be in conjunction to an extension to the duration of the contract. Contracted out service or supply of resource? Contracted out service: the off-payroll rules do not apply Questions and Clarifications 1. Could you clarify the format in which we should respond to this opportunity please? Attachment 3 does say "Responses to Essential and Nice-to-have skills and experience" but there is no space available to insert the responses. Should we carriage return to insert a box under each question or provide responses on a separate document? Just to note that most other DOS 6 opportunities we`ve seen have included a forth attachment to respond with. Unfortunately, during the publishing process there was no preview of what the bidders pack would look like, therefore we could not anticipate what documents would form the bidders pack. We would be happy with either responses inline on Attachment 3 by creating your own space or a separate document. If DOS allows a response via the portal then that would also be fine; again we are unable to see from the Buyer side if that is an option available to you as suppliers. Last Updated : <strong>07/03/2023</strong> 2. Could you please confirm that spaces are not included within the word limit. Each response should not exceed 750 characters in length (the equivalent of about 150 words), this includes spaces. You will not be excluded if you go over this count, but we will only evaluate the first 750 characters of the response. Last Updated : <strong>07/03/2023</strong> 3. In the evaluation weighting, the technical competence is listed as: 10% essential skills, 5% nice to have, and 85% technical. For clarity of understanding, please could the Authority confirm that: a. For Phase 1, and the Authority’s downselection of bidders, only essential and nice to have skills and experience are assessed b. For Phase 1, that all ‘skills and experience’ criteria have equal weighting and use the same evaluation scoring scheme (i.e. 0 to 3) c. Essential and Nice to Have skills and experience scores are only used for the Phase 1 evaluation 2. Please could the Authority confirm that a level playing field has been ensured between the incumbent Agile Delivery Partner and new bidders such that: (a) evidence used from the current Agile Delivery Partner work is not favoured over other evidence in the evaluation, (b) staff associated with the incumbent or other bidders are not involved in the evaluation, and (c) the Authority benefits from experience and expertise from both inside and outside Defence. 3. Please could the Authority confirm that the price evaluation in Phase 2 will allow bidders to design and propose the mix of roles and effort to deliver the “first concept development task” in a way they consider would be most efficient and effective to deliver the Authority’s requirement? 4. Concerning essential skill and experience #6, for clarity, please could the Authority confirm (as appears the intent), that demonstrating experience of delivering AI services in accordance with similar ethical principles in other organisations will be assessed equally to experience of delivering to MOD’s ethical principles. Given the relatively recent publication of these (July 2022) and therefore limited opportunity for suppliers to demonstrate delivery to them, this would help to maintain a level playing field between the incumbent and new suppliers. 1a. The evaluation weighting for Technical competence listed as 10% essential skills, 5% nice to have, and 85% technical is to be used for Stage 2 evaluation. In Stage 1 (this stage) we will be evaluating responses under the Technical competence; Essential skills and experience (total weighting of 100%) and Nice-to-have skills and experience (total weighting 100%). Both of these will be taken through to Stage 2 where they will equate to the 10% essential skills and 5% nice to have. Only essential skills and experience and nice to have skills and experience are assessed in Stage 1. 1b. Not all skills and experience criteria have equal weighting, some score 20%, some 15% and some 10%; please refer to the tables in Attachment 3. We will use the same evaluation scoring scheme throughout. 1c. Essential and nice to have skills are the only assessment being used for Stage 1, but their scores will be taken through to Stage 2 and form part of the 15% Technical competence evaluation weighting. 2a. The set procurement process is being followed so as to ensure fair and open competition. No one supplier is being given any unfair advantage over any other supplier and all are being treated as on an open playing field. All bids received via this competitive process will be assessed using the technical and commercial criteria as stated in the requirement. We confirm that the incumbent supplier has not been involved or consulted in formulating this requirement. 2b. Only Dstl/MOD staff are involved in the evaluation process. 2c. Dstl is happy to embrace suppliers from all backgrounds and industries and encourages diverse supply chains and partnering. 3. We would be content for any mix of roles and effort as you see fit to meet the requirement. We would require that each role is clearly defined with a corresponding grade and hourly rate. 4. Your assumption is correct. Last Updated : <strong>07/03/2023</strong> 4. 1. What is the expected level of on-site presence versus remote working? 2. International travel requirement is quoted - What level of international travel is expected? 3. What is the current team sizes of the DAIC-X and DAIC Ops? 4. What is the expected growth into those functions from this contract? 5. What is the expected split of resources required to the DAIC-X and DAIC Ops functions 6. Are there any specific roles that the DAIC requires. 7. Are there any particular areas of focus from the AI family of general purpose technologies? 8. Is the focus on professional services or are there any technology supplier or product licensing requirements across DAIC-X or DAIC Ops? 9. Is there an expected ration of cloud versus on-premise solutions? 10. What are the current tech stacks and infrastructure deployed in the DAIC-X, established via a previous DOS in 2021. 11. Will the successful bidder be working alongside this partner in the DAIC-X function? 1. Estimated 20% on site working, though this will vary depending on the concept. 2. It is expected there will be a need to travel for approx. 4-8 weeks per year. This will be a limited number of personnel for a specific concept. 3. DAIC-Ops has one MLOps Team of 6 pax and currently an additional 6 pax. DAIC-X has 3 teams of 3 pax. 4. Expecting to grow to c2-3 additional product teams in DAIC-Ops but would be keen to scale further if we can. 5. We envisage a 50/50 split. 6. We will be asking suppliers to propose team structures and role in the second phase of this opportunity. No specific roles will be mandated, we will be looking for suppliers to propose how best to deliver the requirement. 7. No, concepts are expected to cover a range of AI technologies so the successful bidder will need to demonstrate broad expertise. 8. No product licensing requirements. 9. No expected ration, deployment needs will be concept dependent. 10. Current tech stack is a blend of commercial and open source tooling. 11. There will be a handover period from the previous Agile Delivery Partner to the successful bidder of this opportunity, but aside from that the successful bidder will not work with the partner from the previous DOS in 2021. The successful bidder will be expected to work alongside other teams and partners in DAIC, as per the “Existing team” section of the requirement. Last Updated : <strong>07/03/2023</strong> 5. 1. Do DAIC intend that the supplier would deliver or support existing DAIC-X and DAIC Ops in-service products or would they continue to be developed/supported by the original supplier? If support for existing in-development/service products is required, could you list the existing products and respective current suppliers? 2. Is Equality, Diversity, Inclusion relating to AI development and agile delivery teams a factor in your cultural fit questions and scoring? 3. Who will be marking the stage 1 and stage 2 responses? 4. Do DAIC-X use the same open source AI, ML, MLOps technologies as DAIC Ops? If not, are there any technologies that are particularly relevant to DAIC-X delivery? 5. For questions that ask for 'Demonstrable Experience', do you want to see a specific case study for this evidence and are you happy with evidence gained from more than one case study? 1. The supplier may be asked to support further development and support of current DAIC concepts. 2. AI development and agile delivery teams do not have to factor in all your answers under the Cultural Fit questions, although agile team working is specifically mentioned under question #2 so your response should take this into account. The Cultural Fit responses will be required for Stage 2 evaluation. 3. Technical and project management representatives will be evaluating Stage 1, and in addition a commercial representative will be included to evaluate Stage 2. All representatives will be from Dstl/MOD. 4. DAIC-X and DAIC Ops use a blend of open source and commercial technologies, according to best fit for the specific need. 5. Yes, and yes. Last Updated : <strong>07/03/2023</strong> 6. 1. Would it be possible to confirm who is evaluating first and second stage DOS responses? 2. Can you define what is meant by Physical vs Virtual systems in Nice to have questions 1 & 2? (and whether the meaning of Digital or Virtual in this question means something more specific than in the other questions? And whether there is a meaningful difference between AI service and AI product which seem to be used interchangeably in the questions) 3. Can you confirm that the 750 character limit on text responses includes spaces? 4. Could you explain what the potential uplift from £25m to £45m is envisaged to be used for. Would this most likely be to increase the volume, increase the duration or expand the scope of services provided? 5. Considering this is a new DOS response format, can Dstl confirm how many examples they are expecting in each response? 6. Can you confirm the Procurement Lead/organisation responsible for managing the procurement for this tender, on behalf of the Buyer? 7. Q4 – could you clarify what is meant by “Demonstrable access to military experience” 1. Technical and project management representatives will be evaluating Stage 1, and in addition a commercial representative will be included to evaluate Stage 2. All representatives will be from Dstl/MOD. 2. Physical systems = Robotic and Autonomous Systems, i.e. systems which perform physical actions. Virtual systems = Digital systems, i.e. systems that do not perform physical actions. 3. The 750 character limit includes spaces. 4. This would be to expand volume / potentially extend time but not to increase scope. 5. Please use your best judgement – as many or few as you see fit. 6. Dstl are the buyer for this requirement, and will also be managing the procurement for this tender. 7. This refers to the ability to bring personnel with military experience into concept teams, to provide context and expertise of the military environment. Last Updated : <strong>07/03/2023</strong> 7. 1. Is MLOps - the deployment of the ML models - in scope of the contract or is there already a dedicated MLOps team that perform deployment? 2. Will the team be working with data classified mostly at O-S and is there any requirement for S? 3. What is the estimated percentage of onsite/remote working? 1. MLOps is in scope of the contract. 2. There will be a requirement for working at S. This will be concept dependent, i.e. not all concepts will require work at S. 3. Estimated 20% on site working, though this will vary depending on the concept. Last Updated : <strong>07/03/2023</strong> 8. How will the data be delivered for the training of the ML models? Data requirements will be identified as part of discovery activities. Last Updated : <strong>07/03/2023</strong> 9. 1. From the brief is not entirely clear whether the existing concepts are to be developed further or new concepts are required to be discovered. Could the authority clarify whether this assignment requires resources across Government Service Standard delivery lifecycle from discoveries to live or specifically more towards discovery projects which are then delivered by the DAIC operational teams? 2. Will the supplier have access to the initial discovery material / output? 1. This requirement covers the full GSS delivery life cycle from discovery to live. It will include both developing existing concepts further, and conducting discovery and possible delivery to live of new potential concepts. 2. Yes, the supplier will have access to any relevant initial discovery material for the concepts. Last Updated : <strong>07/03/2023</strong> 10. Can the Authority please confirm that incumbent suppliers, and those associated with the delivery of the current contract, are appropriately constrained under a ‘Conflict of Interest’ agreement such that they cannot gain competitive advantage before and during this procurement, thus ensuring a level playing field for the competition? The set procurement process is being followed so as to ensure fair and open competition. No one supplier is being given any unfair advantage over any other supplier and all are being treated as on an open playing field. All bids received via this competitive process will be assessed using the technical and commercial criteria as stated in the requirement. We confirm that the incumbent supplier has not been involved or consulted in formulating this requirement. Last Updated : <strong>07/03/2023</strong> 11. Is that correct the answer for each question need to be be max of 750 characters? Each response should not exceed 750 characters in length (the equivalent of about 150 words), this includes spaces. You will not be excluded if you go over this count, but we will only evaluate the first 750 characters of the response. Last Updated : <strong>07/03/2023</strong> 12. 1. Do you want rate cards for different AI / software development roles? 2. is there an incumbent on this tender? 1. Yes, this will be required as part of the Stage 2 process. It is not required for this current Stage 1. 2. There is currently a supplier providing services in this role. This procurement is for continuation of these services in a similar role once that contract comes to a close. Last Updated : <strong>07/03/2023</strong> 13. With reference to Nice-to-Have Skills and Experience question 2, please may the Authority confirm the meaning of intelligent Digital (virtual) Systems, as a combination of 1) intelligent, virtual assistants (i.e. Siri), 2) synthetic environments/digital twins, 3) augmented reality (i.e. Metaverse), or is there a specific area/focus that you had in mind? Intelligent Digital Systems refers to those systems which utilise AI in a virtual i.e. non-physical setting. Last Updated : <strong>07/03/2023</strong>

Timeline

Publish date

a year ago

Award date

5 months ago

Buyer information

Explore contracts and tenders relating to Defence Science & Technology Laboratory

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore other contracts published by Defence Science & Technology Laboratory

Explore more open tenders, recent contract awards and upcoming contract expiries published by Defence Science & Technology Laboratory.

Explore more suppliers to Defence Science & Technology Laboratory

Sign up