Award

Command Management System (CMS) Joint Support Solution 2 (JSS2).

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice identifier: 2022/S 000-028267

Procurement identifier (OCID): ocds-h6vhtk-0373f3

Published 7 October 2022, 2:18pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Bristol

BS34 8JH

Contact

Tim Evans

Email

Tim.Evans879@mod.gov.uk

Country

United Kingdom

Region code

UKJ31 - Portsmouth

Internet address(es)

Main address

www.contracts.mod.uk

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

Command Management System (CMS) Joint Support Solution 2 (JSS2).

two.1.2) Main CPV code

  • 72700000 - Computer network services

two.1.3) Type of contract

Services

two.1.4) Short description

The Ministry of Defence (‘the Authority’), intends to place a contract amendment to the Joint Support Solution 2 (JSS2) contract (MCS/1041) with BAE Systems Limited (‘BAES’) to provide additional Shared Infrastructure (SI) nodes to host Maritime Electronic Warfare System Integrated Capability (MEWSIC) Increment 1 hardware for use on the Type 31 platform. The estimated value of this contract amendment is £10M.

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: £10,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 35710000 - Command, control, communication and computer systems

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth

two.2.4) Description of the procurement

The Ministry of Defence (‘the Authority’), intends to place a contract amendment to the Joint Support Solution 2 (JSS2) contract (MCS/1041) with BAE Systems Limited (‘BAES’) to provide additional Shared Infrastructure (SI) nodes to host Maritime Electronic Warfare System Integrated Capability (MEWSIC) Increment 1 hardware for use on the Type 31 platform. The estimated value of this contract amendment is £10M.

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 (DSPCR 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 this contract amendment can be placed using the Negotiated Procedure without Prior Publication of a Contract Notice in the UK e-notification services (as required by the relevant legislation) and is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for Technical Reasons. This is because MEWSIC is required to be hosted upon the SI and Combat Management Systems (CMS) across the Royal Navy (RN) fleet.

BAES are already on contract with the Authority for the provision of SI, and to undertake the integration of MEWSIC increment 1 hardware, with T26 SI contracted under the T26 build contract (SHIPACQ036) and QEC and T45 platforms contracted under the JSS2 contract. It is imperative to have a single and common approach covering Electronic Warfare Operators, to ensure that MEWSIC works in the same way pan-fleet (i.e., the same Form, Fit and Function plus maintenance). Having provision of SI nodes for MEWSIC and integration undertaken by a third party would not allow T31 to adopt the technical design approach of the aforementioned platforms, greatly increasing the risk of design deviation, and exposing the Authority to intolerable safety risks as well as impacting operational effectiveness, capability availability and training. Furthermore, introducing platform design differences would require different operator and maintainer guidance, thus creating issues for the Authority and RN around interoperability and safety assurance which could lead to a level of risk that is not acceptable to the Authority.

two.2.5) Award criteria

Price

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 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 (DSPCR 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 this contract amendment can be placed using the Negotiated Procedure without Prior Publication of a Contract Notice in the UK e-notification services (as required by the relevant legislation) and is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for Technical Reasons. This is because MEWSIC is required to be hosted upon the SI and Combat Management Systems (CMS) across the Royal Navy (RN) fleet.

BAES are already on contract with the Authority for the provision of SI, and to undertake the integration of MEWSIC increment 1 hardware, with T26 SI contracted under the T26 build contract (SHIPACQ036) and QEC and T45 platforms contracted under the JSS2 contract. It is imperative to have a single and common approach covering Electronic Warfare Operators, to ensure that MEWSIC works in the same way pan-fleet (i.e., the same Form, Fit and Function plus maintenance). Having provision of SI nodes for MEWSIC and integration undertaken by a third party would not allow T31 to adopt the technical design approach of the aforementioned platforms, greatly increasing the risk of design deviation, and exposing the Authority to intolerable safety risks as well as impacting operational effectiveness, capability availability and training. Furthermore, introducing platform design differences would require different operator and maintainer guidance, thus creating issues for the Authority and RN around interoperability and safety assurance which could lead to a level of risk that is not acceptable to the Authority.

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

Title

Command Management System (CMS) Joint Support Solution 2 (JSS2) - Contract Amendment

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

7 October 2022

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 Ltd

Farnborough

Country

United Kingdom

NUTS code
  • UKJ31 - Portsmouth
The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £10,000,000

five.2.5) Information about subcontracting

The contract/lot/concession is likely to be subcontracted


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team

Bristol

Country

United Kingdom