Tender

701550510 -- ADEWS/097 -- Support for SPICCCS (Spadeadam Integrated Command Control and Communication System)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

21 Jun 2021 at 21:44

Summary of the contracting process

The Ministry of Defence is currently conducting a procurement process titled "701550510 — ADEWS/097 — Support for SPICCCS", focused on providing IT services related to command, control, and communication systems. This contract falls within the services industry category and is located at RAF Spadeadam, Gilsland, Brampton, Cumbria. The procurement method is selective, with the current stage being the tender phase, which opened recently and will close for submissions on 6th July 2021. Interested parties should note that the deadline for delivering responses is 23rd July 2021, with the potential to extend the contract duration by three additional years after the initial four-year term.

This tender presents significant opportunities for small and medium enterprises (SMEs) that specialise in IT services, particularly those with expertise in command, control, and communication systems. Businesses that can demonstrate technical capabilities, reliability, and experience with similar systems will be well-suited to compete. The contract involves various responsibilities, including system design authority activities and software changes, making it ideal for firms with relevant technical skills and project management experience in defence services and military communications.

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

701550510 -- ADEWS/097 -- Support for SPICCCS (Spadeadam Integrated Command Control and Communication System)

Notice Description

Built using commercial-off-the-shelf computer-based technology, the RAF Spadeadam Integrated Command, Control and Communications System (SPICCCS) connects the electronic warfare range's threat sub-systems to the site's command infrastructure. The Authority is inviting PQQ responses from interested parties to provide technical support for SPICCCS and will involve the following: -- performing system design authority activities; -- undertaking reliability-driven engineering changes to the system; -- system software changes; -- configuration management and upkeep of technical publications; -- annual systems checks; -- maintenance of system accreditation; and -- any other tasks as required by the Authority Quantity or scope: -- Contract Duration: Four Years plus -- Option: Option for the Authority to Extend Contract Duration by up to an Additional Three Years following initial Four Year contract period. This right to exercise the option may involve one or more annual extensions taken up either separately or together (3 x Additional One Year Options to be taken up either separately or together) Built using commercial-off-the-shelf computer-based technology, the RAF Spadeadam Integrated Command, Control and Communications System (SPICCCS) connects the electronic warfare range's threat sub-systems to the site's command infrastructure. A requirement exists to provide technical support for SPICCCS and will involve the following: -- performing system design authority activities; -- undertaking reliability-driven engineering changes to the system; -- system software changes; -- configuration management and upkeep of technical publications; -- annual systems checks; -- maintenance of system accreditation; and -- any other tasks as required by the Authority

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02be9e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014123-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

48 - Software package and information systems

50 - Repair and maintenance services

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


CPV Codes

35710000 - Command, control, communication and computer systems

35711000 - Command, control, communication systems

35712000 - Tactical command, control and communication systems

48510000 - Communication software package

50312300 - Maintenance and repair of data network equipment

50334400 - Communications system maintenance services

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

Notice Value(s)

Tender Value
£1,725,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Jun 20214 years ago
Submission Deadline
6 Jul 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
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
Commercial Department, attn: Nirav Mithani
Contact Email
nirav.mithani100@mod.gov.uk
Contact Phone
+44 3001629111

Buyer Location

Locality
HENLOW
Postcode
SG16 6DN
Post Town
Stevenage
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH2 Bedfordshire and Hertfordshire
Small Region (ITL 3)
TLH25 Central Bedfordshire
Delivery Location
TLD1 Cumbria, TLH2 Bedfordshire and Hertfordshire

Local Authority
Central Bedfordshire
Electoral Ward
Clifton, Henlow & Langford
Westminster Constituency
Hitchin

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-02be9e-2021-06-21T22:44:02+01:00",
    "date": "2021-06-21T22:44:02+01:00",
    "ocid": "ocds-h6vhtk-02be9e",
    "description": "The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk The deadline for submitting your response(s) is 23/07/2021 16:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. - The link to the Dynamic Pre-Qualification Questionnaire associated with this Contract Notice is -- https://contracts.mod.uk/go/71860345017A2D86B189 CYBER ASSESEMENT HAS BEEN CONDUCTED AND THE REFERENCE NUMBER IS: RAR-Q7TM45VR - RISK LEVEL = LOW",
    "initiationType": "tender",
    "tender": {
        "id": "701550510--ADEWS/097--Support for SPICCCS",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "701550510 -- ADEWS/097 -- Support for SPICCCS (Spadeadam Integrated Command Control and Communication System)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35710000",
                "description": "Command, control, communication and computer systems"
            },
            {
                "scheme": "CPV",
                "id": "35711000",
                "description": "Command, control, communication systems"
            },
            {
                "scheme": "CPV",
                "id": "35712000",
                "description": "Tactical command, control and communication systems"
            },
            {
                "scheme": "CPV",
                "id": "48510000",
                "description": "Communication software package"
            },
            {
                "scheme": "CPV",
                "id": "50312300",
                "description": "Maintenance and repair of data network equipment"
            },
            {
                "scheme": "CPV",
                "id": "50334400",
                "description": "Communications system maintenance services"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "3",
                "description": "Defence services, military defence services and civil defence services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "Built using commercial-off-the-shelf computer-based technology, the RAF Spadeadam Integrated Command, Control and Communications System (SPICCCS) connects the electronic warfare range's threat sub-systems to the site's command infrastructure. The Authority is inviting PQQ responses from interested parties to provide technical support for SPICCCS and will involve the following: -- performing system design authority activities; -- undertaking reliability-driven engineering changes to the system; -- system software changes; -- configuration management and upkeep of technical publications; -- annual systems checks; -- maintenance of system accreditation; and -- any other tasks as required by the Authority Quantity or scope: -- Contract Duration: Four Years plus -- Option: Option for the Authority to Extend Contract Duration by up to an Additional Three Years following initial Four Year contract period. This right to exercise the option may involve one or more annual extensions taken up either separately or together (3 x Additional One Year Options to be taken up either separately or together) Built using commercial-off-the-shelf computer-based technology, the RAF Spadeadam Integrated Command, Control and Communications System (SPICCCS) connects the electronic warfare range's threat sub-systems to the site's command infrastructure. A requirement exists to provide technical support for SPICCCS and will involve the following: -- performing system design authority activities; -- undertaking reliability-driven engineering changes to the system; -- system software changes; -- configuration management and upkeep of technical publications; -- annual systems checks; -- maintenance of system accreditation; and -- any other tasks as required by the Authority",
        "value": {
            "amount": 1725000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "-- Option for the Authority to Extend Contract Duration by up to an Additional Three Years following initial Four Year contract period. -- This right to exercise the option may involve one or more annual extensions taken up either separately or together (3 x Additional One Year Options to be taken up either separately or together)"
        },
        "hasRenewal": false,
        "contractPeriod": {
            "durationInDays": 1440
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKD1"
                    },
                    {
                        "region": "UKH2"
                    }
                ],
                "deliveryLocation": {
                    "description": "RAF Spadeadam, Gilsland, Brampton, Cumbria, CA8 7AT."
                }
            }
        ],
        "subcontracting": {
            "description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract. The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "The Authority reserves the right to require an indemnity, guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing",
            "languages": [
                "en"
            ]
        },
        "communication": {
            "documentAvailabilityPeriod": {
                "endDate": "2021-07-02T16:00:00+01:00"
            }
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender. A full list of these criteria are at https://www.legislation.gov.uk/eudr/2009/81/article/39 Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority. Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - The link to the Dynamic Pre-Qualification Questionnaire associated with this Contract Notice is -- https://contracts.mod.uk/go/71860345017A2D86B189 - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender. Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - The link to the Dynamic Pre-Qualification Questionnaire associated with this Contract Notice is -- https://contracts.mod.uk/go/71860345017A2D86B189 - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "(a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance; (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract. Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process",
                    "minimum": "Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process",
                    "minimum": "Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability; (b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i)the value of the consideration received; (ii)when and where the work or works were carried out; and (iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed; (c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided; (d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator; (e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property; (f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator's study and research facilities and quality control measures; (g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract; (h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract; (i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous three years; (j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract; (k) any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs; (l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority; (m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority; (n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification; (o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i); Information and formalities necessary for evaluating if the requirements are met: As requested at a. Pre-Qualification Questionnaire stage and b. Invitation to Tender (ITT) Stage for those companies down selected to participate in the ITT Stage.",
                    "minimum": "Demonstration of capability and capacity to deliver the advertised requirement in the suppliers Pre-Qualification Questionnaire response.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Not Applicable",
                    "minimum": "Not Applicable",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "Potential contractors will be selected using a Dynamic Pre-Qualification Questionnaire (DPQQ)."
        },
        "contractTerms": {
            "otherTerms": "The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise",
            "financialTerms": "-- Payment will follow delivery and acceptance of the goods and / or services -- Payment will be made by electronic transfer and prior to submitting any claims for payment the Contractor will be required to register their details (Supplier on-boarding) on the Contracting, Purchasing and Finance (CP&F) electronic procurement tool",
            "tendererLegalForm": "If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the Contract"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 2,
            "maximumCandidates": 8,
            "invitationDate": "2021-08-20T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2021-07-06T16:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-20122",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Air Defence & Electronic Warfare Systems,(ADEWS), Building 85, RAF Henlow,",
                "locality": "Henlow",
                "postalCode": "SG16 6DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Commercial Department, attn: Nirav Mithani",
                "telephone": "+44 3001629111",
                "email": "nirav.mithani100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-20123",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "DE&S, Air Defence & Electronic Warfare Systems (ADEWS)",
                "locality": "Henlow,",
                "postalCode": "SG166DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3001629111",
                "email": "nirav.mithani100@mod.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-20124",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "roles": [
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-20122",
        "name": "Ministry of Defence"
    },
    "language": "en"
}