Section one: Contracting authority/entity
one.1) Name and addresses
Ministry of Defence
Defence Equipment and Support, Abbey Wood
Bristol
BS34 8JH
rebecca.colbourne100@mod.gov.uk
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Internet address(es)
Main address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
In Service Support for Combat Management Systems, Shared Infrastructure and Networks
Reference number
705563450
two.1.2) Main CPV code
- 72700000 - Computer network services
two.1.3) Type of contract
Services
two.1.4) Short description
Maritime Combat Systems (MCS) Surface Ships Combat Systems Group (SSCSG) Real-time Combat system Open Data Enablers (RECODE) In-Service Support (ISS)
Background
The Surface Ships Combat Systems Group Delivery Team which is part of the United Kingdom Ministry of Defence is intending to place a contract with BAE Systems Surface Ships Ltd (BAES) for In-Service Support of Combat Management Systems (CMS), BAES Shared Infrastructure (SI) & Networks for Royal Navy platforms, Land-Based Test Sites & training sites as well as the installation of SI Version 3 on Type 45 Destroyers. The platforms in scope include Type 23 Frigates, T45, Queen Elizabeth Class Aircraft Carrier, Landing Platform Dock, Royal Fleet Auxiliary, Type 26 Frigates & support for the hosting infrastructure on the Type 31 Frigates to enable the hosting of the Maritime Electronic Warfare Systems Integrated Capability (MEWSIC).
A CMS is a multi-layered system, comprising of component parts, products & individual equipment which all work together to provide situational awareness & lethality to the operator. The CMS covers: CMS Software & Hardware, and Hosting Infrastructure through SI & Combat System Networks. CMS equipment is made up of a series of discrete sub-systems, fully integrated together to provide the interface from which Operators can achieve a platform’s Decide & Enable capabilities. Integration & configuration management is performed at the system level to ensure interoperability across the respective sub-systems.
Duration of Contract & Cost
The total duration of the contract will be 10 (ten) years consisting of an initial 8 (eight) year period, with a 2 (two) year option to extend the duration. The contract shall have a total estimated value of £480m (four hundred and eighty million pounds sterling) exclusive of VAT.
Please note, this notice supersedes notice reference: 2022/S 000-033287 - https://www.find-tender.service.gov.uk/Notice/033287-2022
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £480,000,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
Main site or place of performance
Broad Oak
two.2.4) Description of the procurement
Justification
In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 16(1)(a)(ii) of the Defence & Security Public Contract Regulations 2011 due to technical reasons.
BAES are the Design Authority of the CMS, BAES SI & Networks and is the only supplier with the appropriate level of system design & configuration knowledge to meet the requirement and the CMS operates using proprietary software which the Authority does not have the right to share with a third party. Therefore, use of any third-party support supplier would increase the complexity of sub-system alignment and integration, increase the difficulty of assigning responsibility for identification and rectification of equipment failures, and present an unacceptably high risk of compromised safety management. BAES is the only operator that has the technical expertise and know-how of the CMS, BAES SI & Networks to carry out obsolescence management and modifications to ensure uninterrupted equipment availability, interoperability and underwrite such modifications from a safety perspective.
It is for the reasons listed above that BAES is the only operator able to perform and meet the technical requirements of the contract.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
Two years of options to extend the duration of the contract.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis, and is published for reasons of transparency.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure without publication of a contract notice
- The products involved are manufactured purely for the purpose of research, experiment, study or development
- The works, supplies or services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 16(1)(a)(ii) of the Defence & Security Public Contract Regulations 2011 due to technical reasons.
BAES are the Design Authority of the CMS, BAES SI & Networks and is the only supplier with the appropriate level of system design & configuration knowledge to meet the requirement and the CMS operates using proprietary software which the Authority does not have the right to share with a third party. Therefore, use of any third-party support supplier would increase the complexity of sub-system alignment and integration, increase the difficulty of assigning responsibility for identification and rectification of equipment failures, and present an unacceptably high risk of compromised safety management. BAES is the only operator that has the technical expertise and know-how of the CMS, BAES SI & Networks to carry out obsolescence management and modifications to ensure uninterrupted equipment availability, interoperability and underwrite such modifications from a safety perspective.
It is for the reasons listed above that BAES is the only operator able to perform and meet the technical requirements of the contract.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
Contract No
705563450
Title
In Service Support for Combat Management Systems, Shared Infrastructure and Networks
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
25 June 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
BAE Systems Surface Ships Limited
Victory Point, Lyon Way, Frimley, Camberley
Surrey
GU16 7EX
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £480,000,000
Total value of the contract/lot/concession: £480,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency.
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence
Defence Equipment & Support, Abbey Wood
Bristol
BS34 8JH
rebecca.colbourne100@mod.gov.uk
Country
United Kingdom