Opportunity

Future Support of Maritime Multimedia (MMM) Equipment on Royal Navy Platforms

  • Ministry of Defence

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

Notice reference: 2021/S 000-024967

Published 6 October 2021, 10:45pm



Section one: Contracting authority/entity

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

Ministry of Defence

Floorplate B2, Building 405, MOD Corsham, Westwells Road, Wiltshire

Corsham

SN13 9NR

For the attention of

Thom Gregory

Email(s)

ISSComrcl-NSOIT-D-Mailbox@mod.gov.uk

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

https://www.contracts.mod.uk

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

Future Support of Maritime Multimedia (MMM) Equipment on Royal Navy Platforms

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

Services

Service category No 1: Maintenance and repair services

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

MoD Corsham

NUTS code

  • UK - United Kingdom

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:

Range: between £3,000,000 and £5,000,000

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

Navy Command Head Quarters (NCHQ) and Defence Digital (DD) have an enduring requirement to ensure Contractor Logistic Support (CLS), to all welfare services, is maintained on applicable surface and subsurface platforms. The three main functions of the Future MMM contract will be to:

a) Provide Integrated Logistic Support (ILS) for in-service Orbit TV (the TVRO capability that receives the SSVC British Forces Broadcast Service from satellites) equipment for five years from 1st April 2022 to March 31st 2027;

b) Provide ILS for in-service SRE (the ships distribution system for TV and Radio services) equipment for five years from 1st April 2022 to March 31st 2027; and

c) Provide ILS for in-service Wi-Fi (Welfare Wi-Fi allows sailors to access the internet in their messes) equipment for five years from 1st April 2022 to March 31st 2027.

The new contract for the Future Support to Maritime Multimedia Equipment on RN Platforms will ensure that all the above services are supported for the five-year period (with one option year). The transition period shall be included within the Contract term. The remaining spares for the Orbit solution have already being procured by the incumbent supplier, however the new supplier will need to complete an inventory of this equipment to capture the condition of the Orbit, SRE and Wi-Fi equipment. This will enable configuration management to be maintained through the contract period.

The Supplier will be responsible, in full or in part, for the following high-level activities:

a - Ongoing support of MMM Equipment (including WiFi Equipment that will be procured through a separate contract – this will require the winning supplier to work alongside the winner of the Welfare WiFi Equipment requirement).

b - Configuration Management

c -Training

two.1.6) Common procurement vocabulary (CPV)

  • 72222300 - Information technology services

Additional CPV code(s)

  • 63122000 - Warehousing services
  • 72500000 - Computer-related services

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

as per II.1.5) Short description of the contract or purchase(s)

Estimated value excluding VAT:

Range: between £3,000,000 and £5,000,000

two.2.2) Information about options

Options: Yes

Description of these options: 1 option year

two.2.3) Information about renewals

This contract is subject to renewal: Yes

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

Start date: 1 April 2022

End date: 31 March 2027


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

not applicable

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Electronic Trading.

Potential Suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic purchasing tool. All payments for contract deliverables under the contract shall only be made via CP&F. (http://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system).

three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

not applicable

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

This Contract will be subject Service Level Agreements

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: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

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: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

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: Authority will expect full financial transparency whilst assessing potential suppliers' economic and financial standing.

three.3) Conditions specific to services contracts

three.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision: This agreement will be subject to DSPCR 2011 Contracting Regulations

three.3.2) Staff responsible for the execution of the service

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

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

Envisaged number of operators: 1

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.3.1) File reference number attributed by the contracting authority

701582433 - Support of MMM Equipment on RN Platforms

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

no

four.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 24 October 2021 - 11:59pm

Payable documents: no

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

7 November 2021 - 11:59pm

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

All personnel involved in the tender process must be UK Nationals, cleared at Security Check (SC) level as a minimum, and those personnel that need access to sensitive dockyards and vessels it would be preferred that personnel have Developed Vetting (DV) clearance. Only in exceptional circumstances will a waiver be given while DV is in the final process of initiation and this will be on a case by case basis.

The Cyber Assessment (Octavia) code for this contract is: RAR-DC7BACGK. All potential Suppliers and where applicable their sub-contractors are required to complete the Supplier Cyber Assurance Questionnaire, utilizing the aforementioned in order to link their response to the correct Risk Assessment. (https://suppliercyberprotection.service.xgov.uk/). This will be required to be evidenced as part of the PQQ Response.

The Authority intends to award a contract for the Future Support of Maritime Multimedia (MMM) Equipment on RN Platforms for a period of five firm years with the possibility of an extension under one priced, separate option. The term will include a transition period from the existing incumbent.

Pre-Qualification Questionnaire (PQQ):

All fully compliant PQQ responses will be marked and ranked. The five (5) PQQs with the highest total marks will be taken through to the next stage in the Future Support of Maritime Multimedia (MMM) Equipment on RN Platforms tender process where an Invitation to Tender (ITT) will be sent to the selected companies. The Authority reserves the right to increase the number of suppliers invited to tender, if the scores are comparable. The Authority also reserves the right to invite all suppliers to tender if there are less than five (5) PQQs received by the Authority.

The selection criteria in the PQQ contains both pass/fail questions and scored questions. A PQQ response that scores a fail against any Pass/Fail question will be deemed as non-compliant. A PQQ response that scores 20 or below against any of the scored questions will be non-compliant. A breakdown of the weightings is detailed within the supporting Future Support of Maritime Multimedia (MMM) Equipment on RN Platforms Evaluation of PQQ Responses documentation.

In addition to assessing potential suppliers' economic and financial standing, the Authority will expect full financial transparency.

Please note that clarification questions will be answered through the Defence Sourcing Portal. Please check this system daily. The closing date for clarification questions is 24/10/2021 at 23:59hrs.

Invitation to Tender:

Full details of the requirement will be provided with the ITT. In addition, the Authority reserves the right to add items of similar nature to the contract during the lifetime of the contract.

QA Standards:

BS EN ISO 19001;2015 or equivalent

Additional Information:

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. This procurement will be using the Defence and Security Public Contracts Regulations 2011 (DSPCR).

IR35. The intermediaries’ legislation does not apply to this engagement:

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises. However, any selection of tenderers will be based solely on the criteria set out for the procurement. Suppliers interested in working with the MOD should register on its Supplier Information Database (SID), available at www.contracts.mod.uk. The SID is a catalogue of potential suppliers available to all MOD procurement staff and is the main supplier database used by MOD. Please note that the registration and publication of a company profile on the SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for a contract opportunity must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions in the contract notice.

The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise (https://www.gov.uk/government/publications/government-security-classifications).

Subject to applicable law:

The Authority reserves the right in its absolute discretion and notwithstanding anything to the contrary in this Procurement or otherwise at any time and without prior notice to:

1. change or waive the basis, requirements, scope, content, procedures, structure and/or timescale for the Procurement in whole or in part as it considers appropriate, including:

a) issuing updated, amended and/or replacement documentation or information including all or part of the PQQ, ITT or Contract;

b) adding, removing, amending or replacing components from the scope of any requirement;

c) adding, removing, amending, replacing, postponing or re-ordering any stages, phases or steps of the Procurement;

d) varying the Procurement timings or deadlines (including the timetable set out in section 3); or

e) varying the permitted methods or contact details for submitting Proposals or communications with the Authority;

2. require Bidders to:

A. submit updated, amended or replacement versions of all or part of Bidder's Proposals; or

b. provide any additional, supplementary or clarificatory information, explanations or verifications that it may consider appropriate;

3. reject all or part of any Proposal or re-invite Proposals on the same or an alternative basis;

4. disqualify any Bidder who:

a. provides information or confirmations which later prove to be untrue or incorrect or does not supply the information required by the Authority during the Procurement process; or

b. does not, in the Authority's opinion, comply with the provisions of this PQQ or any other requirement of the Authority in connection with the Procurement that may from time-to-time be notified to the Bidders;

5. withdraw all or part of this Procurement;

6. terminate all or part of the Procurement;

7. award a contract without prior notice; or

8. not award any contract(s) as a result of the Procurement.

Conflicts of Interest:

The Authority wishes to ensure that Applicants are treated equally and in a non-discriminatory manner during the Procurement, and that conflicts of interest do not undermine fair competition, therefore, the Authority wishes to identify conflicts of interest and assess Applicants' strategies for their elimination or mitigation as early as possible in the Procurement.

Subject to the terms of this PQQ:

The Authority reserves the right to disqualify an Applicant and/or to require the exclusion of any other member of an Applicant Group, any member of an Applicant's supply chain and/or any third party, where any conflict of interest relevant to any of them or their associated companies cannot be eliminated or mitigated to the satisfaction of the Authority.

No later than the deadline for submitting their responses, Applicants must report to the Authority by email to the contact point any actual or potential conflicts of interest arising from the participation of the Applicant, any member of the Applicant Group or the Applicant's supply chain or any other third party’s participation in the Procurement at any point prior to a contract award decision.

Where an actual or potential conflict of interest is identified (whether reported to the Authority by the Applicant or otherwise identified by the Authority), the Applicant must provide to the Authority a proposal as to how it is intended that such a conflict will be eliminated or mitigated, and it shall be a condition precedent for further participation in the Procurement for the Applicant to demonstrate to the satisfaction of the Authority that the Applicant has effectively eliminated or mitigated such conflicts of interest or will be able to do so prior to its participation in the Procurement.

Advertising Regime DCB:

These contract opportunities are published on MOD Contracts Online and in the MOD Defence Contracts Bulletin.

Companies wishing to receive an ITT must have the capability to manage documentation up to the classification of OFFICIAL SENSITIVE.

Third Party involvement in Tender Process. The intention is to use the Defence Sourcing Portal for PQQ and ITT Publishing and Evaluation.

Defence Sourcing Portal:

Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on the Defence Sourcing Portal. You must register on the DSP site to respond to this opportunity https://www.contracts.mod.uk/web/login.html

Please ensure you follow any instruction provided to you. The deadline for submitting your response(s) is detailed within this contract notice. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties, please refer to the DSP online Help, the Supplier User Guide or contact the DSP Helpdesk by emailing: customersupport@jaggaer.com or call the UK Helpdesk at 08000698630

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.

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Defence Digital Commercial, Ministry of Defence

Corsham

SN13 9NR

Email(s)

ISSComrcl-NSOIT-D-Mailbox@mod.gov.uk

Telephone

+44 3001511330

Fax

+44 3001511330

Country

United Kingdom

Internet address

https://www.contracts.mod.uk

six.4.1) Body responsible for mediation procedures

Defence Digital Commercial, MoD Corsham

Corsham

SN13 9NR

Email(s)

ISSComrcl-NSOIT-D-Mailbox@mod.gov.uk

Telephone

+44 3001511330

Fax

+44 3001511330

Country

United Kingdom

Internet address

https://www.contracts.mod.uk

six.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Within the 10 day standstill period

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

Defence Digital Commercial, Ministry of Defence

Corsham

SN13 9NR

Email(s)

ISSComrcl-NSOIT-D-Mailbox@mod.gov.uk

Telephone

+44 3001511330

Fax

+44 3001511330

Country

United Kingdom

Internet address

https://www.contracts.mod.uk