Planning

Military Messaging - Installation Phase

  • Ministry of Defence

F16: Prior information notice for contracts in the field of defence and security

Notice identifier: 2023/S 000-018098

Procurement identifier (OCID): ocds-h6vhtk-03dc78

Published 26 June 2023, 12:51pm



Section one: Contracting authority/entity

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

Ministry of Defence

Defence Digital, Spur B2, Building 405, MOD Corsham

Corsham

SN13 9GB

For the attention of

Struve Crystal

Email(s)

crystal.struve100@mod.gov.uk

Country

United Kingdom

Further information

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


Section two: Object

two.1) Title attributed to the contract by the contracting authority/entity:

Military Messaging - Installation Phase

two.2) Type of contract and location of works, place of delivery or of performance

Services

NUTS code

  • UK - United Kingdom

two.3) Information on framework agreement

The notice involves the establishment of a framework agreement: No

two.4) Short description of nature and scope of works or nature and quantity or value of supplies or services

1. Military Messaging (MM) is the replacement system to High Grade Messaging (HGM), which, having been in service since 1985, now requires replacement. HGM enables the communication of time sensitive, Command and Control (C2) information up to TOP SECRET STRAP whilst providing the User with 99.999% availability, non-repudiation and guaranteed delivery. The capability is available globally at all key MOD sites, as well as onboard Maritime platforms.

2. The MM requirement will be delivered under two main Contracts known as MM1 and MM Installation Phase, with the deliverables for MM1 being the design, testing, integration (to all other connecting systems and HGM itself), accreditation, delivery and management of the Deployable Nodes (Flyaway Kits), installation (to the fixed environment and the Queen Elizabeth Class Carriers) and support of the capability. The competitive procurement for MM1 concluded in Mar 22 with a Contract-Award in Q4 2022

Objectives

3. The objective of this Prior Information Notice (PIN) / Early Market Engagement is to inform industry of the Authority’s intention to launch a procurement (subject to relevant approvals) for the MM Installation Phase requirement.

Aim of the Project

4. The aim of this project is to replace the Message Handling Systems (MHS) onboard various Royal Naval (RN) & Royal Fleet Auxiliary (RFA) platforms with MM.

Requirement

5. The MM Installation Phase Contractor Deliverables will consist of:

a) Production of Installation Solutions (IS) (RFA classes of ship only). The IS is the design pack which comprehensively details how the MM capability is to be integrated onboard a ship and details where all hardware and cabling will be installed onboard.

b) Fit To Receive (FTR) install (all classes of ship). The ‘FTR’ install involves installing all MM hardware onboard the ship, including the equipment racks, populating said racks and all MM system User Access Devices (UADs). All MM installations to be carried out at a designated UK Dockyard likely during either a Fleet Time Support Period (FTSP) or during a ships refit period.

c) The MM Installation Phase requirement will also be inclusive of Contract options which will be for the FTR installation onboard additional classes of ship.

6. The duration of any resultant Contract that may be awarded as a result of any subsequent procurement will be for a total of 7 years.

7. Any supplier awarded any Contract as a result of any subsequent procurement, will be expected to have ISO 9001:2015 accreditation, or equivalent by Contract Award; the Contractor will also be required to demonstrate compliance with DEFSTAN 00-056. It should also be noted that should the MM solution consist of any International Traffic in Arms Regulations (ITAR) controlled information, any supplier awarded a Contract as a result of any subsequent procurement must have relevant existing Technical Assistance Agreement (TAA) or have agreement no later than Contract award date.

Security

8. Due to the designated Security Grading of this Project, some of the MM Installation Phase documentation will be held at SECRET UK EYES ONLY (SUKEO) or above. Therefore, the supplier must hold a minimum clearance of SC and must be UK nationals or dual nationality without any nationality caveats.

9. The Cyber Threat Risk Level for this requirement is Very High and therefore the MM Installation Phase Contractor will be expected to hold a Cyber Essentials Certificate, as defined in DEFSTAN 05-138 prior to award of any resultant Contract.

Other Information

10. On national security grounds it would be contrary to UK interests, to comply with the requirements of DSPCR (Defence Security Public Contract Regulations). An exemption using Regulation 7(1)(a) of the DSPCR, in conjunction with Regulation 6(3A)a has been endorsed.

11. The anticipated timeline for the launch of the procurement via a Contract Notice (CN) is September 2023

12. This announcement does not constitute confirmation that MOD shall award a contract for this requirement.

13. The MOD is publishing this announcement without any commitment to issue a tender or place a contract. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers.

two.5) Common procurement vocabulary (CPV)

  • 72000000 - IT services: consulting, software development, Internet and support

Additional CPV code(s)

  • 72710000 - Local area network services
  • 72720000 - Wide area network services

Section six: Complementary information

six.2) Additional information

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