Awarded contract

https://www.contracts.mod.uk/

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice reference: 2022/S 000-033159

Published 23 November 2022, 9:30am



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Defence Equipment & Support, Abbey Wood,

Bristol

BS34 8JH

Contact

Rebecca Colbourne

Email

rebecca.colbourne100@mod.gov.uk

Country

United Kingdom

NUTS code

UKK11 - Bristol, City of

Internet address(es)

Main address

https://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

https://www.contracts.mod.uk/

two.1.2) Main CPV code

  • 72700000 - Computer network services

two.1.3) Type of contract

Services

two.1.4) Short description

Maritime Combat Systems (MCS) Surface Ships Combat Systems Group (SSCSG) Real-time Combat system Open Data Enablers (RECODE) In-Service Support (ISS)

Background

The Surface Ships Combat Systems Group Delivery Team which is part of the United Kingdom Ministry of Defence is intending to place a contract with BAE Systems Surface Ships Ltd (BAES) for In-Service Support of Combat Management Systems (CMS), BAES Shared Infrastructure (SI) & Networks for Royal Navy platforms, Land-Based Test Sites & training sites as well as the installation of SI Version 3 on Type 45 Destroyers. The platforms in scope include Type 23 Frigates, T45, Queen Elizabeth Class Aircraft Carrier, Landing Platform Dock, Royal Fleet Auxiliary, Type 26 Frigates & support for the hosting infrastructure on the Type 31 Frigates to enable the hosting of the Maritime Electronic Warfare Systems Integrated Capability (MEWSIC).

A CMS is a multi-layered system, comprising of component parts, products & individual equipment which all work together to provide situational awareness & lethality to the operator. The CMS covers: CMS Software & Hardware, and Hosting Infrastructure through SI & Combat System Networks. CMS equipment is made up of a series of discrete sub-systems, fully integrated together to provide the interface from which Operators can achieve a platform’s Decide & Enable capabilities. Integration & configuration management is performed at the system level to ensure interoperability across the respective sub-systems.

Duration of Contract & Cost

The total duration of the contract will be 8 (eight) years consisting of an initial 5 (five) year period, with 3 (three) years of options to extend the duration. The contract shall have a total estimated value of £287.634m (two hundred & eighty-seven million and six hundred & thirty-four thousand pounds sterling) exclusive of VAT.

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: £287,634,000

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
Main site or place of performance

Farnborough

two.2.4) Description of the procurement

Justification

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 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 the award of the contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 16(1)(a)(ii) of the Defence & Security Public Contract Regulations 2011 due to technical reasons.

BAES are the Design Authority of the CMS, BAES SI & Networks & is the only supplier with the appropriate level of system design & configuration knowledge to meet the requirement. The CMS operates using proprietary software which the Authority does not have the right to share with a third party. Therefore, use of any third-party support supplier would increase the complexity of sub-system alignment & integration, increase the difficulty of assigning responsibility for identification & rectification of equipment failures, & present an unacceptably high risk of compromised safety management. BAES is the only operator that has the technical expertise & know-how of the CMS, BAES SI & Networks to carry out obsolescence management & modifications to ensure uninterrupted equipment availability, interoperability & underwrite such modifications from a safety perspective.

It is for the reasons listed above that BAES is the only operator able to perform the contract.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

3 years of options to extend the duration of the contract.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis, and is published for reasons of transparency.


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 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 the award of the contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 16(1)(a)(ii) of the Defence & Security Public Contract Regulations 2011 due to technical reasons.

BAES are the Design Authority of the CMS, BAES SI & Networks & is the only supplier with the appropriate level of system design & configuration knowledge to meet the requirement. The CMS operates using proprietary software which the Authority does not have the right to share with a third party. Therefore, use of any third-party support supplier would increase the complexity of sub-system alignment & integration, increase the difficulty of assigning responsibility for identification & rectification of equipment failures, & present an unacceptably high risk of compromised safety management. BAES is the only operator that has the technical expertise & know-how of the CMS, BAES SI & Networks to carry out obsolescence management & modifications to ensure uninterrupted equipment availability, interoperability & underwrite such modifications from a safety perspective.

It is for the reasons listed above that BAES is the only operator able to perform the contract.

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

Contract No

705563450

Title

In Service Support for Combat Management Systems, Shared Infrastructure and Networks

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

23 November 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

Warwick House PO BOX 87, Farnborough Aerospace Centre, Farnborough, Hampshire,

Farnborough

GU14 6YU

Country

United Kingdom

NUTS code
  • UKJ31 - Portsmouth
National registration number

06160534

The contractor/concessionaire is an SME

No

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

Initial estimated total value of the contract/lot/concession: £287,634,000

Total value of the contract/lot/concession: £287,634,000

five.2.5) Information about subcontracting

The contract/lot/concession is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency.

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence

Defence Equipment & Support, Abbey Wood

Bristol

BS 34 8JH

Email

rebecca.colbourne100@mod.gov.uk

Country

United Kingdom