Tender

Future Support of Maritime Multimedia (MMM) Equipment on Royal Navy Platforms

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

06 Oct 2021 at 21:45

Summary of the contracting process

The Ministry of Defence is currently managing the procurement process for the 'Future Support of Maritime Multimedia (MMM) Equipment on Royal Navy Platforms'. This contract will span five years, commencing on 1st April 2022 and concluding on 31st March 2027, with potential for an extension. The procurement is classified under the information technology services industry, specifically addressing the need for Contractor Logistic Support for multimedia services on naval platforms. The end date for the submission of tenders is set for 7th November 2021, with clarification questions accepted until 24th October 2021.

This tender presents significant opportunities for businesses, particularly small and medium enterprises (SMEs) with expertise in integrated logistic support and maintenance services for maritime equipment. Companies specialising in information technology, particularly those focused on broadcasting and communication services, would be well-positioned to compete. Firms that can ensure full financial transparency and compliance with the Defence and Security Public Contracts Regulations 2011 will find this procurement particularly relevant to their capacity for growth within government contracts.

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

Future Support of Maritime Multimedia (MMM) Equipment on Royal Navy Platforms

Notice Description

Navy Command Head Quarters (NCHQ) and Defence Digital (DD) have an enduring requirement to ensure Contractor Logistic Support (CLS), to all welfare services, is maintained on applicable surface and subsurface platforms. The three main functions of the Future MMM contract will be to: a) Provide Integrated Logistic Support (ILS) for in-service Orbit TV (the TVRO capability that receives the SSVC British Forces Broadcast Service from satellites) equipment for five years from 1st April 2022 to March 31st 2027; b) Provide ILS for in-service SRE (the ships distribution system for TV and Radio services) equipment for five years from 1st April 2022 to March 31st 2027; and c) Provide ILS for in-service Wi-Fi (Welfare Wi-Fi allows sailors to access the internet in their messes) equipment for five years from 1st April 2022 to March 31st 2027. The new contract for the Future Support to Maritime Multimedia Equipment on RN Platforms will ensure that all the above services are supported for the five-year period (with one option year). The transition period shall be included within the Contract term. The remaining spares for the Orbit solution have already being procured by the incumbent supplier, however the new supplier will need to complete an inventory of this equipment to capture the condition of the Orbit, SRE and Wi-Fi equipment. This will enable configuration management to be maintained through the contract period. The Supplier will be responsible, in full or in part, for the following high-level activities: a - Ongoing support of MMM Equipment (including WiFi Equipment that will be procured through a separate contract - this will require the winning supplier to work alongside the winner of the Welfare WiFi Equipment requirement). b - Configuration Management c -Training Quantity or scope: as per II.1.5) Short description of the contract or purchase(s)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02e8f5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024967-2021
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

63 - Supporting and auxiliary transport services; travel agencies services

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


CPV Codes

63122000 - Warehousing services

72222300 - Information technology services

72500000 - Computer-related services

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Oct 20214 years ago
Submission Deadline
7 Nov 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2022 - 31 Mar 2027 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
Attn: Thom Gregory
Contact Email
isscomrcl-nsoit-d-mailbox@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-02e8f5-2021-10-06T22:45:05+01:00",
    "date": "2021-10-06T22:45:05+01:00",
    "ocid": "ocds-h6vhtk-02e8f5",
    "description": "All personnel involved in the tender process must be UK Nationals, cleared at Security Check (SC) level as a minimum, and those personnel that need access to sensitive dockyards and vessels it would be preferred that personnel have Developed Vetting (DV) clearance. Only in exceptional circumstances will a waiver be given while DV is in the final process of initiation and this will be on a case by case basis. The Cyber Assessment (Octavia) code for this contract is: RAR-DC7BACGK. All potential Suppliers and where applicable their sub-contractors are required to complete the Supplier Cyber Assurance Questionnaire, utilizing the aforementioned in order to link their response to the correct Risk Assessment. (https://suppliercyberprotection.service.xgov.uk/). This will be required to be evidenced as part of the PQQ Response. The Authority intends to award a contract for the Future Support of Maritime Multimedia (MMM) Equipment on RN Platforms for a period of five firm years with the possibility of an extension under one priced, separate option. The term will include a transition period from the existing incumbent. Pre-Qualification Questionnaire (PQQ): All fully compliant PQQ responses will be marked and ranked. The five (5) PQQs with the highest total marks will be taken through to the next stage in the Future Support of Maritime Multimedia (MMM) Equipment on RN Platforms tender process where an Invitation to Tender (ITT) will be sent to the selected companies. The Authority reserves the right to increase the number of suppliers invited to tender, if the scores are comparable. The Authority also reserves the right to invite all suppliers to tender if there are less than five (5) PQQs received by the Authority. The selection criteria in the PQQ contains both pass/fail questions and scored questions. A PQQ response that scores a fail against any Pass/Fail question will be deemed as non-compliant. A PQQ response that scores 20 or below against any of the scored questions will be non-compliant. A breakdown of the weightings is detailed within the supporting Future Support of Maritime Multimedia (MMM) Equipment on RN Platforms Evaluation of PQQ Responses documentation. In addition to assessing potential suppliers' economic and financial standing, the Authority will expect full financial transparency. Please note that clarification questions will be answered through the Defence Sourcing Portal. Please check this system daily. The closing date for clarification questions is 24/10/2021 at 23:59hrs. Invitation to Tender: Full details of the requirement will be provided with the ITT. In addition, the Authority reserves the right to add items of similar nature to the contract during the lifetime of the contract. QA Standards: BS EN ISO 19001;2015 or equivalent Additional Information: 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. This procurement will be using the Defence and Security Public Contracts Regulations 2011 (DSPCR). IR35. The intermediaries' legislation does not apply to this engagement: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises. However, any selection of tenderers will be based solely on the criteria set out for the procurement. Suppliers interested in working with the MOD should register on its Supplier Information Database (SID), available at www.contracts.mod.uk. The SID is a catalogue of potential suppliers available to all MOD procurement staff and is the main supplier database used by MOD. Please note that the registration and publication of a company profile on the SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for a contract opportunity must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions in the contract notice. 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 (https://www.gov.uk/government/publications/government-security-classifications). Subject to applicable law: The Authority reserves the right in its absolute discretion and notwithstanding anything to the contrary in this Procurement or otherwise at any time and without prior notice to: 1. change or waive the basis, requirements, scope, content, procedures, structure and/or timescale for the Procurement in whole or in part as it considers appropriate, including: a) issuing updated, amended and/or replacement documentation or information including all or part of the PQQ, ITT or Contract; b) adding, removing, amending or replacing components from the scope of any requirement; c) adding, removing, amending, replacing, postponing or re-ordering any stages, phases or steps of the Procurement; d) varying the Procurement timings or deadlines (including the timetable set out in section 3); or e) varying the permitted methods or contact details for submitting Proposals or communications with the Authority; 2. require Bidders to: A. submit updated, amended or replacement versions of all or part of Bidder's Proposals; or b. provide any additional, supplementary or clarificatory information, explanations or verifications that it may consider appropriate; 3. reject all or part of any Proposal or re-invite Proposals on the same or an alternative basis; 4. disqualify any Bidder who: a. provides information or confirmations which later prove to be untrue or incorrect or does not supply the information required by the Authority during the Procurement process; or b. does not, in the Authority's opinion, comply with the provisions of this PQQ or any other requirement of the Authority in connection with the Procurement that may from time-to-time be notified to the Bidders; 5. withdraw all or part of this Procurement; 6. terminate all or part of the Procurement; 7. award a contract without prior notice; or 8. not award any contract(s) as a result of the Procurement. Conflicts of Interest: The Authority wishes to ensure that Applicants are treated equally and in a non-discriminatory manner during the Procurement, and that conflicts of interest do not undermine fair competition, therefore, the Authority wishes to identify conflicts of interest and assess Applicants' strategies for their elimination or mitigation as early as possible in the Procurement. Subject to the terms of this PQQ: The Authority reserves the right to disqualify an Applicant and/or to require the exclusion of any other member of an Applicant Group, any member of an Applicant's supply chain and/or any third party, where any conflict of interest relevant to any of them or their associated companies cannot be eliminated or mitigated to the satisfaction of the Authority. No later than the deadline for submitting their responses, Applicants must report to the Authority by email to the contact point any actual or potential conflicts of interest arising from the participation of the Applicant, any member of the Applicant Group or the Applicant's supply chain or any other third party's participation in the Procurement at any point prior to a contract award decision. Where an actual or potential conflict of interest is identified (whether reported to the Authority by the Applicant or otherwise identified by the Authority), the Applicant must provide to the Authority a proposal as to how it is intended that such a conflict will be eliminated or mitigated, and it shall be a condition precedent for further participation in the Procurement for the Applicant to demonstrate to the satisfaction of the Authority that the Applicant has effectively eliminated or mitigated such conflicts of interest or will be able to do so prior to its participation in the Procurement. Advertising Regime DCB: These contract opportunities are published on MOD Contracts Online and in the MOD Defence Contracts Bulletin. Companies wishing to receive an ITT must have the capability to manage documentation up to the classification of OFFICIAL SENSITIVE. Third Party involvement in Tender Process. The intention is to use the Defence Sourcing Portal for PQQ and ITT Publishing and Evaluation. Defence Sourcing Portal: Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on the Defence Sourcing Portal. You must register on the DSP site to respond to this opportunity https://www.contracts.mod.uk/web/login.html Please ensure you follow any instruction provided to you. The deadline for submitting your response(s) is detailed within this contract notice. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties, please refer to the DSP online Help, the Supplier User Guide or contact the DSP Helpdesk by emailing: customersupport@jaggaer.com or call the UK Helpdesk at 08000698630 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": "701582433 - Support of MMM Equipment on RN Platforms",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Future Support of Maritime Multimedia (MMM) Equipment on Royal Navy Platforms",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "63122000",
                "description": "Warehousing services"
            },
            {
                "scheme": "CPV",
                "id": "72500000",
                "description": "Computer-related services"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "1",
                "description": "Maintenance and repair services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "Navy Command Head Quarters (NCHQ) and Defence Digital (DD) have an enduring requirement to ensure Contractor Logistic Support (CLS), to all welfare services, is maintained on applicable surface and subsurface platforms. The three main functions of the Future MMM contract will be to: a) Provide Integrated Logistic Support (ILS) for in-service Orbit TV (the TVRO capability that receives the SSVC British Forces Broadcast Service from satellites) equipment for five years from 1st April 2022 to March 31st 2027; b) Provide ILS for in-service SRE (the ships distribution system for TV and Radio services) equipment for five years from 1st April 2022 to March 31st 2027; and c) Provide ILS for in-service Wi-Fi (Welfare Wi-Fi allows sailors to access the internet in their messes) equipment for five years from 1st April 2022 to March 31st 2027. The new contract for the Future Support to Maritime Multimedia Equipment on RN Platforms will ensure that all the above services are supported for the five-year period (with one option year). The transition period shall be included within the Contract term. The remaining spares for the Orbit solution have already being procured by the incumbent supplier, however the new supplier will need to complete an inventory of this equipment to capture the condition of the Orbit, SRE and Wi-Fi equipment. This will enable configuration management to be maintained through the contract period. The Supplier will be responsible, in full or in part, for the following high-level activities: a - Ongoing support of MMM Equipment (including WiFi Equipment that will be procured through a separate contract - this will require the winning supplier to work alongside the winner of the Welfare WiFi Equipment requirement). b - Configuration Management c -Training Quantity or scope: as per II.1.5) Short description of the contract or purchase(s)",
        "value": {
            "currency": "GBP",
            "amount": 5000000
        },
        "minValue": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "1 option year"
        },
        "hasRenewal": true,
        "contractPeriod": {
            "startDate": "2022-04-01T00:00:00+01:00",
            "endDate": "2027-03-31T23:59:59+01:00"
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "MoD Corsham"
                }
            }
        ],
        "communication": {
            "documentAvailabilityPeriod": {
                "endDate": "2021-10-24T23:59:00+01:00"
            }
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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. - 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": "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. - 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": "Authority will expect full financial transparency whilst assessing potential suppliers' economic and financial standing.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This agreement will be subject to DSPCR 2011 Contracting Regulations"
                }
            ]
        },
        "submissionTerms": {
            "depositsGuarantees": "not applicable",
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "otherTerms": "This Contract will be subject Service Level Agreements",
            "financialTerms": "Electronic Trading. Potential Suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic purchasing tool. All payments for contract deliverables under the contract shall only be made via CP&F. (http://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system).",
            "tendererLegalForm": "not applicable"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 1,
            "maximumCandidates": 1
        },
        "techniques": {
            "frameworkAgreement": {
                "minimumValue": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                }
            }
        },
        "tenderPeriod": {
            "endDate": "2021-11-07T23:59:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "Within the 10 day standstill period"
    },
    "parties": [
        {
            "id": "GB-FTS-30832",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Floorplate B2, Building 405, MOD Corsham, Westwells Road, Wiltshire",
                "locality": "Corsham",
                "postalCode": "SN13 9NR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Thom Gregory",
                "email": "ISSComrcl-NSOIT-D-Mailbox@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.contracts.mod.uk",
                "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-30833",
            "name": "Defence Digital Commercial, Ministry of Defence",
            "identifier": {
                "legalName": "Defence Digital Commercial, Ministry of Defence"
            },
            "address": {
                "locality": "Corsham",
                "postalCode": "SN13 9NR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3001511330",
                "email": "ISSComrcl-NSOIT-D-Mailbox@mod.gov.uk",
                "faxNumber": "+44 3001511330"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.contracts.mod.uk"
            }
        },
        {
            "id": "GB-FTS-30834",
            "name": "Defence Digital Commercial, MoD Corsham",
            "identifier": {
                "legalName": "Defence Digital Commercial, MoD Corsham"
            },
            "address": {
                "locality": "Corsham",
                "postalCode": "SN13 9NR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3001511330",
                "email": "ISSComrcl-NSOIT-D-Mailbox@mod.gov.uk",
                "faxNumber": "+44 3001511330"
            },
            "roles": [
                "mediationBody"
            ],
            "details": {
                "url": "https://www.contracts.mod.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-30832",
        "name": "Ministry of Defence"
    },
    "language": "en"
}