Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Corsham
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55074
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55074
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55074
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
Military Messaging Phase 2
Reference number
705590452
two.1.2) Main CPV code
- 72710000 - Local area network services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement is exempt from the DSPCR Regulations due to a National Security Caveat.
Military Messaging (MM) is the replacement system to High Grade Messaging (HGM). HGM enables the communication of time sensitive, Command and Control (C2) information up to TOP SECRET STRAP whilst providing the User with 99.999% availability, non-repudiation and guaranteed delivery. The capability is available globally at all key MOD sites as well as onboard Maritime platforms.
The MM requirement will be delivered under two main Contracts known as MM1 and MM2, with the deliverables for MM1 being the design, testing, integration (to all other connecting systems and HGM itself), accreditation, delivery and management of the Deployable Nodes (Flyaway Kits), installation (to the fixed environment and the Queen Elizabeth Class Carriers) and support of the capability. The competitive procurement for MM1 concluded in Mar 22 with Contract-Award expected in Q3/Q4 2022.
The aim of this project is to replace the Message Handling Systems (MHS) onboard various Royal Naval (RN) & Royal Fleet Auxiliary (RFA) platforms with MM. The currently known ships in scope for MM2 are, but not limited to, as follows;
River Class OPV Batch 1; HMS Mersey, HMS Severn. HMS Tyne.
RFA Bay Class; RFA Cardigan Bay, RFA Mounts Bay, RFA Lyme Bay.
RFA Tide Class; RFA Tideforce, RFA Tiderace, RFA Tidespring, RFA Tidesurge.
The MM2 Contractor Deliverables will consist of:
Production of Installation Solutions (IS) (RFA classes of ship only). The IS is the design pack which comprehensively details how the MM capability is to be integrated onboard a ship and details where all hardware and cabling will be installed onboard.
Fit To Receive (FTR) install (all classes of ship). The ‘FTR’ install involves installing all MM hardware onboard the ship, including the equipment racks, populating said racks and all MM system User Access Devices (UADs). All MM installations to be carried out at a designated UK Dockyard likely during either a Fleet Time Support Period (FTSP) or during a ships refit period.
The MM2 requirement will also be inclusive of Contract options which will be for the FTR installation onboard additional classes of ship.
Any supplier awarded any Contract as a result of this procurement, will be expected to have ISO 9001:2015 accreditation, or equivalent by Contract Award; the Contractor will also be required to demonstrate compliance with DEFSTAN 00-056. It should also be noted that if the MM solution consist of any International Traffic in Arms Regulations (ITAR) controlled information, any supplier awarded a Contract as a result of this procurement must adhere to any ITAR conditions.
Due to the designated Security Grading of this Project, some of the MM2 documentation will be held at SECRET UK EYES ONLY (SUKEO) or above, and therefore the supplier will be required to have the requisite security capability to accommodate such documentation (further detail within the Pre-Qualification Questionnaire (PQQ)).
The Cyber Threat Risk Level for this requirement is Moderate and therefore the MM2 Contractor will be expected to hold a Cyber Essentials Certificate, as defined in DEFSTAN 05-138 prior to award of any resultant Contract. Applicants successful at PQQ stage shall be required to demonstrate cyber capability for the potential Contract by completing a Supplier Assurance Questionnaire as part of their tender (more information can be found at https://supplier-cyber-protection.service.gov.uk).
Suppliers wishing to participate must submit a completed PQQ by 14:00 on 18 November 2022. PQQ responses received after this deadline will not be considered.
two.1.5) Estimated total value
Value excluding VAT: £9,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Please see description within II.1.4.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £9,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
The six (6) candidates with the highest score from the weighted technical question criteria.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extension of the Contract duration
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
Please see DPQQ.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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
18 November 2022
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 December 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
CP&F is mandated for the use of this procurement.
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence
Corsham
Country
United Kingdom