Opportunity

Next Generation Maritime Terminal procurement

  • Ministry of Defence

F17: Contract notice for contracts in the field of defence and security

Notice reference: 2022/S 000-010252

Published 20 April 2022, 9:05am



The closing date and time has been changed to:

23 May 2022, 11:59pm

See the change notice.

Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence

MOD Corsham

Corsham

Contact

Deborah Field

Email(s)

ukstratcomdd-cm-skynet-6a@mod.gov.uk

Country

United Kingdom

Internet address(es)

Electronic access to information

https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52487

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

The above-mentioned contact point(s)

Tenders or requests to participate must be sent to

The above-mentioned contact point(s)

one.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

one.3) Main activity

Defence

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Next Generation Maritime Terminal procurement

two.1.2) Type of contract and location of works, place of delivery or of performance

Supplies

Purchase

Main site or location of works, place of delivery or of performance

Ministry of Defence, Defence Digital

MOD Corsham

Corsham

SN13 9NR

NUTS code

  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

two.1.5) Short description of the contract or purchase(s)

Provision of a military satellite maritime terminal system.

two.1.6) Common procurement vocabulary (CPV)

  • 32531000 - Satellite communications equipment

two.1.8) Lots

This contract is divided into lots: No

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

BACKGROUND

As the current assets under the Authority's SKYNET programme move towards their end of life, procurements have been identified to focus on ensuring the next generation replacement equipment is available to maintain or improve the Authority’s communication capability. Within this context, the NGMT project is to replace the role of the current Satellite Communications Onboard Terminal 5 (SCOT5) on Royal Navy vessels.

SCOPE

A new military maritime terminal system is required to ensure continuity of maritime communications through the end of life of the Skynet 5 series of satellites and the introduction of the new Skynet 6A satellite, which is due to enter service in 2026. The Authority’s preferred option is to procure a Military-Off-The-Shelf (MOTS) solution to replace the existing maritime terminals, which is the subject of this procurement. Please refer to Section 2 of the ‘Dynamic Pre-Qualifying Questionnaire – Additional Information’ SK6-TT-000095 document.

Estimated value excluding VAT:

£230,000,000

two.2.2) Information about options

Options: Yes

Description of these options: Purchase of additional terminals.

two.2.3) Information about renewals

This contract is subject to renewal: No

two.3) Duration of the contract or time limit for completion

Duration in months: 180 (from the award of the contract)


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

Please refer to Section 3 "Supplementary Guidance and Information" of the DPQQ Additional Information document.

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: No criteria required

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: No criteria required

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Please see the questions in section 1.10, Part 1 Form D: Economic and Financial Standing

Minimum level(s) of standards possibly required: As above

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Please see the NGMT PQQ Technical Envelope and the DPQQ Additional Information for more details.

Minimum level(s) of standards possibly required: Please see the NGMT PQQ Technical Envelope and the DPQQ Additional Information for more details.


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Negotiated

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators: 4

Objective criteria for choosing the limited number of candidates: Please see Section 1 Part 4 "Scoring Methodology and Progress to the Next Stage" in the DPQQ Additional Information document for more information. Candidates will be limited to the top four scores.

four.1.3) Reduction of the number of operators during the negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.2) Previous publication(s) concerning the same contract

no

four.3.4) Time limit for receipt of tenders or requests to participate

Originally published as:

13 April 2022 - 11:59pm

Changed to:

23 May 2022 -11:59pm

See the change notice.

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: No

six.3) Additional information

The Contracting Authority intends to use an e-Tendering system (DSP) in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Ministry of Defence, Defence Digital

Ministry of Defence, Defence Digital, MOD Corsham

Corsham

SN13 9NR

Country

United Kingdom

six.4.3) Service from which information about the lodging of appeals may be obtained

Ministry of Defence, Defence Digital

Ministry of Defence, Defence Digital, MOD Corsham

Corsham

SN13 9NR

Country

United Kingdom