Tender

Military Messaging

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderUpdate

16 Apr 2021 at 21:55

Planning

07 Apr 2021 at 21:56

Summary of the contracting process

The Ministry of Defence is initiating a tender for a project titled "Military Messaging," which falls under the IT services category, specifically consulting, software development, Internet, and support. This public procurement process is currently in the planning stage, with the intention to replace the existing High Grade Messaging capability, which has been in service since 1985, due to obsolescence. The anticipated timeline for launching the contract notice is scheduled for the beginning of Q3 2021, with key equipment and capabilities required to be operational by April 2023 and April 2024, respectively. The project will involve delivering a high integrity Military Messaging capability to support MOD-wide Command and Control communications across various UK locations, necessitating specific security provisions and adherence to defence standards.

This tender presents significant opportunities for businesses specialising in IT services, particularly those with expertise in messaging systems, software development, and hardware integration. Companies that have prior experience with defence contracts and possess certifications like ISO 9001:2015, Cyber Essentials, and relevant security clearances will be well-positioned to compete. The procurement will also benefit firms capable of providing high availability systems with robust backup designs and those with a focus on cybersecurity measures, given the high security grading of the project. Interested suppliers are encouraged to attend Market Interest Days in early May 2021, where they can engage directly with the MOD and gain a deeper understanding of the project 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

Military Messaging

Notice Description

Background. 1 High Grade Messaging (HGM), is the ability to securely transfer critical and time sensitive information between users with a high level of assurance. The legacy HGM capability is available at all key MOD sites globally and supports a significant number of users. HGM has been in-service since approximately 1985, due to obsolescence and technical limitations, it now needs to be replaced. Military Messaging (MM) is the intended replacement capability for HGM. Aim of the Project. 2 The Authority is intending (subject to approvals) to launch a procurement for the delivery and support of, a high integrity, non-repudiatory Military Messaging capability to be delivered in support of MOD wide Command and Control (C2) communications. The capability is expected to consist of: a. a front-end system for the generation of formatted messages; b. a message management system to ensure routing; message delivery and audit of messages. 3 The capability will also consist of the hardware to provide centralised storage and Support both the front-end and message management systems. 4 The capability is expected to consist of configurable COTS hardware and commercially available software, it should be able to manage a virtual messaging network and enable rapid throughput and storage of data (majority text-only messages) for both short-term instant access and long-term archiving. This should be through a one-way archiving system that also includes a search and recall capability. The front-end messaging interface should be Windows Icons Menus and Pointers (W IMP) and enable most generic messaging and format conversion capabilities. The users will be able to draft, edit and release messages to any approved recipient in a number of Combined Communications Electronics Board (CCEB) standardised messaging formats (including but not limited to, ACP127, DOI-102S). The message management capability should be able to redirect, track and manage messages in addition to other administrative functions. The system should predominantly run over Internet Protocol (IP) but be able to support any bearer of choice (e.g. Serial). It will be required to have high availability (99.999%) with appropriate failback and back-up design to support when necessary. Both the hardware and software must be able to be integrated into Land and Maritime environments dependent on specific operational or hosting requirements. The solution will also include a deployable (mobile) ("flyaway") capability which will be required in a number of configurations. It is required to be an assured capability therefore security of the supply chain will be an important consideration. The capability shall also be 'Sovereign' in that it will allow Freedom of Action/Freedom of Manoeuvre for the UK. 5 Any resultant contract will consist of, but not be limited to equipment provision; safety management; planned obsolescence management; security accreditation documentation production; software update provision; enduring helpdesk User support; initial and subsequent ongoing training support and integration to a number of UK locations. 6 The MM capability is to initially be deployed and used alongside the existing HGM solution in order to provide assurance testing during a dual-running period. There is to be full interoperability prior to becoming the primary and sole deliverer of the MM service. Key metrics will include the ongoing provision of equipment in the event of failure and the ability to ensure no reduction in operational capability through defect or failure, as well as ongoing safety and capability. 7 The initial deployment of the fixed UK solution (specifically pertaining to the message management capability) is required to be 'live' no later than April 2023 to support the dual-running period of up to two years. The front-end system, to be supplied in a variety of formats (zero client, thick client, web client, etc), will need to be deployed no later than April 2024 in the UK

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a368
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008125-2021
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Apr 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Attn: Struve Crystal
Contact Email
crystal.struve100@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CORSHAM
Postcode
SN13 9NR
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK72 Wiltshire
Delivery Location
Not specified

Local Authority
Wiltshire
Electoral Ward
Corsham Ladbrook
Westminster Constituency
Chippenham

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-h6vhtk-02a368-2021-04-16T22:55:04+01:00",
    "date": "2021-04-16T22:55:04+01:00",
    "ocid": "ocds-h6vhtk-02a368",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
    "initiationType": "tender",
    "tender": {
        "id": "701551796",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "Background. 1 High Grade Messaging (HGM), is the ability to securely transfer critical and time sensitive information between users with a high level of assurance. The legacy HGM capability is available at all key MOD sites globally and supports a significant number of users. HGM has been in-service since approximately 1985, due to obsolescence and technical limitations, it now needs to be replaced. Military Messaging (MM) is the intended replacement capability for HGM. Aim of the Project. 2 The Authority is intending (subject to approvals) to launch a procurement for the delivery and support of, a high integrity, non-repudiatory Military Messaging capability to be delivered in support of MOD wide Command and Control (C2) communications. The capability is expected to consist of: a. a front-end system for the generation of formatted messages; b. a message management system to ensure routing; message delivery and audit of messages. 3 The capability will also consist of the hardware to provide centralised storage and Support both the front-end and message management systems. 4 The capability is expected to consist of configurable COTS hardware and commercially available software, it should be able to manage a virtual messaging network and enable rapid throughput and storage of data (majority text-only messages) for both short-term instant access and long-term archiving. This should be through a one-way archiving system that also includes a search and recall capability. The front-end messaging interface should be Windows Icons Menus and Pointers (W IMP) and enable most generic messaging and format conversion capabilities. The users will be able to draft, edit and release messages to any approved recipient in a number of Combined Communications Electronics Board (CCEB) standardised messaging formats (including but not limited to, ACP127, DOI-102S). The message management capability should be able to redirect, track and manage messages in addition to other administrative functions. The system should predominantly run over Internet Protocol (IP) but be able to support any bearer of choice (e.g. Serial). It will be required to have high availability (99.999%) with appropriate failback and back-up design to support when necessary. Both the hardware and software must be able to be integrated into Land and Maritime environments dependent on specific operational or hosting requirements. The solution will also include a deployable (mobile) (\"flyaway\") capability which will be required in a number of configurations. It is required to be an assured capability therefore security of the supply chain will be an important consideration. The capability shall also be 'Sovereign' in that it will allow Freedom of Action/Freedom of Manoeuvre for the UK. 5 Any resultant contract will consist of, but not be limited to equipment provision; safety management; planned obsolescence management; security accreditation documentation production; software update provision; enduring helpdesk User support; initial and subsequent ongoing training support and integration to a number of UK locations. 6 The MM capability is to initially be deployed and used alongside the existing HGM solution in order to provide assurance testing during a dual-running period. There is to be full interoperability prior to becoming the primary and sole deliverer of the MM service. Key metrics will include the ongoing provision of equipment in the event of failure and the ability to ensure no reduction in operational capability through defect or failure, as well as ongoing safety and capability. 7 The initial deployment of the fixed UK solution (specifically pertaining to the message management capability) is required to be 'live' no later than April 2023 to support the dual-running period of up to two years. The front-end system, to be supplied in a variety of formats (zero client, thick client, web client, etc), will need to be deployed no later than April 2024 in the UK",
        "title": "Military Messaging",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "<no title>"
                        },
                        "newValue": {
                            "text": "Military Messaging"
                        },
                        "where": {
                            "section": "II.2)",
                            "label": "Entire title"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-11479",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Spur B2, Bldg 405, MOD Corsham",
                "locality": "Corsham",
                "postalCode": "SN13 9NR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Struve Crystal",
                "email": "crystal.struve100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-FTS-12726",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Spur B2, Building 405, MOD Corsham",
                "locality": "Corsham",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "crystal.struve100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.find-tender.service.gov.uk/Notice/007159-2021"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-12726",
        "name": "Ministry of Defence"
    },
    "language": "en"
}