BEROE Mission Control System (MCS)

  • Ministry of Defence

F14: Notice for changes or additional information

Notice identifier: 2022/S 000-023520

Procurement identifier (OCID): ocds-h6vhtk-035558

Published 23 August 2022, 4:13pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Space Delivery Team, Spruce 1C, MoD Abbey Wood

Bristol

BS34 8JH

Contact

Doug Kershaw

Email

douglas.kershaw102@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://des.mod.uk/


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

BEROE Mission Control System (MCS)

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.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2022/S 000-020144


Section seven. Changes

seven.1) Information to be changed or added

seven.1.2) Text to be corrected in the original notice

Section number

II.I.4

Instead of
Text

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.

Read
Text

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 four (4) stages, which are defined below: Stage 1: Will be the DPQQ stage, which is designed to evaluate Commercial, Technical and Financial. Bidders who are successfully down selected at the DPQQ stage will proceed to the second stage.

Stage 2: Will comprise of an Invitation to Tender Lite (ITT-Lite). Bidders will be required to pass both commercial and technical mandatory criteria at this stage.

Stage 3: Will involve the Authority inviting Bidders to demonstrate how they would achieve the mandatory technical requirement. This will be on a PASS/FAIL basis. If Bidders pass stage 2 and stage 3 they will be invited to stage 4 having deemed to have met the minimum entry criteria (MEC) for Lot 1. All other suppliers will remain active and be eligible to receive any future ITT Lite should the Authority re-open the lot.

Stage 4: Will consist of Framework Contract Award(s) under Lot 1 to zero, one or more suppliers (subject to the minimum requirements) at ITT (IITT-lite & Demonstration) and satisfying the MEC)). The first task will involve the Authority tasking the Bidders to present their solution further detailed within the Framework Tasking Form which will be issued to all Suppliers on Lot 1. The intent is to take through a selection of two Suppliers for each subsequent task. The Contract(s) awarded at Stage four (4) will be funded up to the end of this FY (22/23), further tasks may be included for further development post FY 22/23 (subject to Authority approvals).

seven.2) Other additional information

N/A