Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Bristol
Contact
Mr Doug Kershaw
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.contracts.mod.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.contracts.mod.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned 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
BEROE Mission Control System (MCS)
Reference number
704294450
two.1.2) Main CPV code
- 72211000 - Programming services of systems and user software
two.1.3) Type of contract
Services
two.1.4) Short description
Background: DE&S (the Authority), under the Rapid Agile Prototyping, Scaled for Operations (RAPSO) Framework, intends to issue an Invitation To Tender “Lite” (ITT Lite) on behalf of Air Command (the Customer) to support the task objectives described in the Aim (below) and award zero (0), one (1) or more (with the intent being to take through two (2)) suppliers through to initial framework tasking under Lot 1). The intent for future BEROE work is to be placed under Lot 1 and/or the Operational Lot 2 subject to Authority approvals. Aim: The UK MoD requires a secure Ground Segment software solution for tasking, monitoring and controlling a space-based ISR constellation of Low Earth Orbit satellites(s), which will form an integral component of the UK MoD ground segment architecture, acting as the primary mission control system for the Customer Satellite Operations Centre. The UK MoD is therefore seeking a provider to develop a technology roadmap, secure software development plan and assist (through demonstration & prototype development) with the maturation of system requirements and the development of a software architecture that will deliver an assured Mission Control System for space-based ISR command & control (C2) which is scalable to meet future operational needs, and enable interoperability with UK MoD owned space assets. The project, named BEROE, during the competition and development phases (refer to tender process stage 1-4), will focus on maturing, deriving and identifying UK MoD requirements, testing hypotheses, addressing key challenges and stimulating industry to develop product roadmaps to support future operational systems targeted for non-civilian use. Bidders will be requested to describe their ground segment software solution in terms of overall design, architecture and interfaces that enable the integration of protocols, operating procedures, development of user interfaces and compatibility with open standards. To establish a Bidders list for ITT, it is the Authority’s intention, through this DPQQ and Contract Notice, to source interest from and screen the capability of the industrial supply base. Participation at Invitation to Tender (ITT) will be subject to successfully passing a Dynamic Pre-Qualification Questionnaire (DPQQ). The procurement process will be split across 4 stages. The Procurement will follow a 4 stage Competitive Procedure, defined below:
Stage 1: The first stage will be the DPQQ stage, which is designed to evaluate Commercial, Technical and Financial Capacity/Capability. Bidders who are successfully down selected at the DPQQ stage will proceed to the second stage.
Stage 2: The second stage will comprise of an Invitation to Tender Lite (ITT-Lite), whereby a request for proposal will be made by the Authority, which shall be scored and evaluated after submission. Participation at ITT-Lite will be subject to successfully passing the DPQQ. Bidders will be given a weighted score and will be required to pass both commercial and technical mandatory criteria at this stage. It is anticipated that up to 6 Bidders will proceed to Stage 3. All other suppliers will remain active and be eligible to bid for future tasks should the Authority re-open the lot. Stage 3: The third stage will involve the Authority inviting Bidders to demonstrate and present their solution. Bidders will be evaluated on both the demonstration, and the presentation, with a minimum entry criterion defined for proceeding to Stage 4. It should be noted that scores from Stage 2 will be included in the overall assessment for down-selection to Stage 4. All other suppliers will remain active and be eligible to bid for future tasks should the Authority re-open the lot. Stage 4: Will consist of Framework Contract Award to zero, one or more suppliers (subject to the minimum requirements) at ITT (ITT-lite & Demonstration) and satisfying the Minimum Entry Criteria (MEC) The intent is to take through 2 suppliers.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 72211000 - Programming services of systems and user software
- 72212120 - Flight control software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The UK MoD requires a secure Ground Segment software solution for tasking, monitoring and controlling a space-based ISR constellation of Low Earth Orbit satellites(s), which will form an integral component of the UK MoD ground segment architecture, acting as the primary mission control system for the Customer Satellite Operations Centre. The UK MoD is therefore seeking a provider to develop a technology roadmap, secure software development plan and assist (through demonstration & prototype development) with the maturation of system requirements and the development of a software architecture that will deliver an assured Mission Control System for space-based ISR command & control (C2) which is scalable to meet future operational needs, and enable interoperability with UK MoD owned space assets.
The project, named BEROE, during the competition and development phases (refer to tender process stage 1-4), will focus on maturing, deriving and identifying UK MoD requirements, testing hypotheses, addressing key challenges and stimulating industry to develop product roadmaps to support future operational systems targeted for non-civilian use.
Bidders will be requested to describe their ground segment software solution in terms of overall design, architecture and interfaces that enable the integration of protocols, operating procedures, development of user interfaces and compatibility with open standards.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Full details of the stages and evaluation process will be released within the ITT documentation to those who are successfully down selected from DPQQ. The MEC specified at Stage 3 must be met for a supplier to be added to this Lot. If a supplier is added to this Lot there is no guarantee of tasking. The Authority reserves the right to re-open Lot 1 over the duration of the Framework.
two.2) Description
two.2.1) Title
OPERATIONALISATION AND OPTIONS TO PURCHASE
Lot No
2
two.2.2) Additional CPV code(s)
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
As per Lot 1 with Ground segment software solutions (core plus adaptions)
Intent
• This Lot focuses on taking viable products from Lot one (1) and bringing them into a wider service state. This Lot will address transitioning into a scalable task to provide operational volume, support, training and logistics.
• Access to this Lot will be achieved through successful development tasks from Lot (1). If an output of a development task results in a “Minimum Viable Product” the Contractor involved in that Task may be added to Lot two (2) as a single entity to enable the Authority to proceed to targeted tasks to purchase items to enter service.
• Tasks will be raised in this Lot to purchase the MVP item.
• Being added to this Lot does not guarantee tasking under the Framework.
• The Authority reserves the right not to open Lot two (2).
• The Authority reserves the right to scale/repeat purchase of a system – subject to MVP, Requirements and approvals.
• The Authority also reserves the right to reopen this LOT at any time during the life of the framework.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Pre Qualification Questionnaire (PQQ) will outline expected selection criteria for suitability of organisations for enrolment to the Framework, and establish those organisations that will be invited to respond to the BEROE Invitation to Tender (ITT) for Framework.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Economic Criteria will be outlined in the PQQ published within the Defence Sourcing Portal (DSP)
three.1.3) Technical and professional ability
List and brief description of selection criteria
Technical and Professional Criteria will be outlined in the PQQ published within the Defence Sourcing Portal (DSP).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 August 2022
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
PQQ will be published through the Defence Sourcing Portal (DSP).
Scoring a Fail against any DPQQ question will result in an automatic exclusion from being invited to tender. The Authority intends to proceed to the ITT Lite with all Bidders who pass the DPQQ. The Authority intends to proceed to the stage 3 (Demonstration) with up to six (6) Bidders, however, reserves the right to add more based on the quality of the returned proposals.
The Authority intends to proceed through to Stage 4 (Framework Contract Award) with 2 suppliers, however, reserves the right to add more or reduce the number of suppliers based on the quality of the overall assessments from Stage 3.
The award criteria will be weighted against Price, Technical and Social Value (20% price, 70% Technical, and 10% Social Value), to conclude ‘the most economically advantageous tender’ in terms of the criteria stated in the specifications. Specific criteria and weightings will be provided within the ITT. Scores from stage 2 will be combined with scores at stage to reach an overall score.
Contract Duration: The intended Framework length is thirty-six (36) months, the initial Lot (1) will be open until the end of FY 22/23 with the intent to re-open Lot 1 at the Authority’s discretion. Estimated value (including options): £20M ex VAT subject to authority spend approvals.
To Note: The total maximum value of the BEROE (Lot 1), FY 22/23 is up to 4.16M (ex VAT), subject to authority spend approvals.
Contract award date (Lot 1): Anticipated Q4 2022 (subject to change).
A Cyber Security Risk Assessment for this requirement has been carried out and returned a risk level of high risk (Reference RAR- 694839653). Bidders are therefore required to maintain a Cyber Essentials Scheme certification or equivalent to comply.
Timeline (indicative – subject to change):
Activity Date
Stage 1
DPQQ and Contract Notice issued Mon 25th July 2022
Final date for DPQQ Clarification Questions Wed 10th Aug 2022 17:00hrs
DPQQs returned to MOD Fri 19th Aug 2022 17:00hrs
Authority PQQ Evaluation period – Approximate timings
Mon 22nd Aug – Mon 5th Sept 2022
Stage 2
Invitation to Tender Lite issued September 2022
Bidders Conference (MS Teams) Within 2 weeks of ITT Lite issue
Stage 3
ITT in person demonstrations and Supplier presentations to the Authority October 2022
Authority ITT Evaluation Period - Approximate timings November 2022
Stage 4 Anticipated date of Contract Award (tasking form) under Lot 1 December 2022 (Q4 2022)
six.4) Procedures for review
six.4.1) Review body
Space Delivery Team
Spruce 1C, Abbey Wood
Bristol
Country
United Kingdom