Tender

Software development and support for Tactical Assault Kit (TAK) and other applications

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

03 Apr 2023 at 09:27

Summary of the contracting process

The Ministry of Defence (MoD) is initiating a tender for software development and support services for the Tactical Assault Kit (TAK) and other applications. The contract involves developing, training, governing, and supporting TAK Plugin capabilities to enhance situational awareness for users on operations. The service is required to handle SECRET data with full security accreditation. The contract has an initial duration of 36 months with additional option periods up to October 2031, with a total anticipated value of approximately £80 million.

This tender by the MoD presents an opportunity for UK-registered companies to provide security-assured software development services. The MoD requires suppliers with Facility Security Clearance and SC clearances for UK personnel due to the project's security classification. The tender process involves a Pre-Qualification Questionnaire (PQQ) with strict deadlines, followed by an Invitation to Tender (ITT) stage. Interested businesses must adhere to the specified ITT dates and may be required to enter into a Technical Assistance Agreement (TAA) to fulfil the contract requirements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Software development and support for Tactical Assault Kit (TAK) and other applications

Notice Description

The Authority is looking to place a contract to renew its in-service Software Development Service. The chosen service provider will develop, train, govern and support bespoke Tactical Assault Kit (TAK) Plugin capabilities, as well as other software products and applications related to and enhancing the user's situational awareness whilst on operations. Bespoke TAK Plugin software utilises core TAK software that is developed and maintained by the US DoD. TAK works on UK MOD Data Entry Devices (DEDs) through a variety of communication bearers, such as tactical radios, GSM, Ethernet, and satellites etc. Additional requirements across MoD may be added through the Contract lifetime. The Authority will require a security assured service through the provision of all relevant documentation to certify compliance with applicable regulations and the identification of risks relevant to the intended environment. The software will be required to handle SECRET data with full security accreditation. Due to the security classification of this project, the supplier will require Facility Security Clearance by Contract Award. Due to the Security Classification of the project, with UK personnel will require that have a minimum of SC clearances for delivery of the project, this will be required by contract award. Due to Security reasons we can only accept UK-registered companies. This service is to be maintained for an initial period of 36 Months, with the inclusion of 4 additional option periods up to the OSD October 2031. Initial Contract Value is estimated at c. PS13 million, with (included without commitment) up to a further c. PS23 million in Options. Further, the Authority anticipates that there will be reviews throughout the life of the Contract, and therefore includes a potential maximum value of PS80 million (including the initial contract value and Options) to account for this, with any proportion of this value to be contracted for throughout the life of the Contract, subject to the availability and approval of funding and at the Authority's discretion. Additional information: Due to the sensitivity of the requirement if you have an interest in this requirement, please request a Pre-Qualification Questionnaire (PQQ) by contacting Oliver.Gibb101@mod.gov.uk , CC'ing Richard.Burnel100@mod.gov.uk and Laura.Wring100@mod.gov.uk. When requesting the PQQ documents please state your organisation's name, address and Point of Contact. Where possible please provide details of a secure email address (ie. Restricted LAN Interconnect (RLI) or equivalent) authorised to receive communications at OFFICIAL SENSITIVE Classification. If you do not have access to a restricted/secure email address or would prefer to use other means to respond to and receive OFFICIAL SENSITIVE information, then 'Defence Share' shall be made available. Please notify the contacts mentioned at above with any Point of Contacts representing your organisation that will need access to the designated Defence Share workspace (access shall be limited to no more than three (3) individuals per Potential Supplier). Should any evidence provided relate to an Authority Contract, the potential provider should ensure that evidence is provided in accordance with the SAL for that project or requirement. The PQQ Deadlines are: Last day for PQQ request - 1500 hours on Friday 28th April 2023. Final date for PQQ Submission - 0800 hours on Tuesday 9th May 2023. PQQ's received after the Submission deadline will not be accepted. The Authority will not accept or respond to any clarification questions on the requirement at this stage. We will be taking a maximum of four (4) potential Bidders forward to the ITT stage based on the highest scores of the PQQ, unless where there is an incident of tied scores (as described at Para 5.1 of the PQQ marking guidance document). Further information for potential Bidders who may be invited to ITT stage can be found on the Marking guidance provided with the PQQ request. Anticipated ITT dates as follows - Issue ITT W/C 3rd July 2023 - Return of ITT submissions W/c 11th September 2023, please note these dates maybe subject to change following evaluation of PQQ's. Information for the Potential Bidders who may be invited to Tender, following the PQQ stage: A Cyber Security Level will be part of the ITT, in the meantime further information about what this means can be found here: Cyber Essentials Scheme: overview - GOV.UK (www.gov.uk) The Potential Provider must be aware that there is the potential requirement for a Technical Assistance Agreement (TAA) to perform this requirement, further information will be provided at ITT stage.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6f79d83d-76c5-4cb0-b375-0f27e881a419
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/bb94e046-729d-4407-a251-1f52d478de50
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other - Exempted Restriced Procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72227000 - Software integration consultancy services

72228000 - Hardware integration consultancy services

Notice Value(s)

Tender Value
£80,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Apr 20232 years ago
Submission Deadline
9 May 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2024 - 31 Oct 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLG West Midlands (England), TLI London, TLK South West (England)

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Further Information

Notice Documents

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-6f79d83d-76c5-4cb0-b375-0f27e881a419-2023-04-03T10:27:15+01:00",
    "date": "2023-04-03T10:27:15+01:00",
    "ocid": "ocds-b5fd17-6f79d83d-76c5-4cb0-b375-0f27e881a419",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_357696/1191265",
        "title": "Software development and support for Tactical Assault Kit (TAK) and other applications",
        "description": "The Authority is looking to place a contract to renew its in-service Software Development Service. The chosen service provider will develop, train, govern and support bespoke Tactical Assault Kit (TAK) Plugin capabilities, as well as other software products and applications related to and enhancing the user's situational awareness whilst on operations. Bespoke TAK Plugin software utilises core TAK software that is developed and maintained by the US DoD. TAK works on UK MOD Data Entry Devices (DEDs) through a variety of communication bearers, such as tactical radios, GSM, Ethernet, and satellites etc. Additional requirements across MoD may be added through the Contract lifetime. The Authority will require a security assured service through the provision of all relevant documentation to certify compliance with applicable regulations and the identification of risks relevant to the intended environment. The software will be required to handle SECRET data with full security accreditation. Due to the security classification of this project, the supplier will require Facility Security Clearance by Contract Award. Due to the Security Classification of the project, with UK personnel will require that have a minimum of SC clearances for delivery of the project, this will be required by contract award. Due to Security reasons we can only accept UK-registered companies. This service is to be maintained for an initial period of 36 Months, with the inclusion of 4 additional option periods up to the OSD October 2031. Initial Contract Value is estimated at c. PS13 million, with (included without commitment) up to a further c. PS23 million in Options. Further, the Authority anticipates that there will be reviews throughout the life of the Contract, and therefore includes a potential maximum value of PS80 million (including the initial contract value and Options) to account for this, with any proportion of this value to be contracted for throughout the life of the Contract, subject to the availability and approval of funding and at the Authority's discretion. Additional information: Due to the sensitivity of the requirement if you have an interest in this requirement, please request a Pre-Qualification Questionnaire (PQQ) by contacting Oliver.Gibb101@mod.gov.uk , CC'ing Richard.Burnel100@mod.gov.uk and Laura.Wring100@mod.gov.uk. When requesting the PQQ documents please state your organisation's name, address and Point of Contact. Where possible please provide details of a secure email address (ie. Restricted LAN Interconnect (RLI) or equivalent) authorised to receive communications at OFFICIAL SENSITIVE Classification. If you do not have access to a restricted/secure email address or would prefer to use other means to respond to and receive OFFICIAL SENSITIVE information, then 'Defence Share' shall be made available. Please notify the contacts mentioned at above with any Point of Contacts representing your organisation that will need access to the designated Defence Share workspace (access shall be limited to no more than three (3) individuals per Potential Supplier). Should any evidence provided relate to an Authority Contract, the potential provider should ensure that evidence is provided in accordance with the SAL for that project or requirement. The PQQ Deadlines are: Last day for PQQ request - 1500 hours on Friday 28th April 2023. Final date for PQQ Submission - 0800 hours on Tuesday 9th May 2023. PQQ's received after the Submission deadline will not be accepted. The Authority will not accept or respond to any clarification questions on the requirement at this stage. We will be taking a maximum of four (4) potential Bidders forward to the ITT stage based on the highest scores of the PQQ, unless where there is an incident of tied scores (as described at Para 5.1 of the PQQ marking guidance document). Further information for potential Bidders who may be invited to ITT stage can be found on the Marking guidance provided with the PQQ request. Anticipated ITT dates as follows - Issue ITT W/C 3rd July 2023 - Return of ITT submissions W/c 11th September 2023, please note these dates maybe subject to change following evaluation of PQQ's. Information for the Potential Bidders who may be invited to Tender, following the PQQ stage: A Cyber Security Level will be part of the ITT, in the meantime further information about what this means can be found here: Cyber Essentials Scheme: overview - GOV.UK (www.gov.uk) The Potential Provider must be aware that there is the potential requirement for a Technical Assistance Agreement (TAA) to perform this requirement, further information will be provided at ITT stage.",
        "datePublished": "2023-04-03T10:27:15+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72227000",
            "description": "Software integration consultancy services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "72228000",
                "description": "Hardware integration consultancy services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 13000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 80000000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other - Exempted Restriced Procedure",
        "tenderPeriod": {
            "endDate": "2023-05-09T08:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-07-01T00:00:00+01:00",
            "endDate": "2031-10-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/bb94e046-729d-4407-a251-1f52d478de50",
                "datePublished": "2023-04-03T10:27:15+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-170074",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "oliver.gibb101@mod.gov.uk"
            },
            "details": {
                "url": "https://des.mod.uk/"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-170074",
        "name": "Ministry of Defence"
    }
}