Tender

Military Messaging Phase 2

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2022/S 000-029323

Procurement identifier (OCID): ocds-h6vhtk-0376af

Published 18 October 2022, 2:29pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Corsham

Email

crystal.struve100@mod.gov.uk

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