Award

Command Management System (CMS) Joint Support Solution 2 (JSS2).

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

07 Oct 2022 at 13:18

Summary of the contracting process

The Ministry of Defence has completed the awarding of a contract amendment for the Command Management System (CMS) Joint Support Solution 2 (JSS2). The project involves providing additional Shared Infrastructure nodes to host Maritime Electronic Warfare System Integrated Capability (MEWSIC) Increment 1 hardware for use on the Type 31 platform. The contract has an estimated value of £10 million. The procurement method used was a Negotiated Procedure without Prior Publication of a Contract Notice.

This tender presents an opportunity for businesses involved in computer network services and command, control, communication, and computer systems. Companies capable of providing services related to electronic warfare systems and infrastructure integration are well-suited to compete. The Ministry of Defence, as the buying organisation, based in Bristol, United Kingdom, has awarded the contract to BAE Systems Surface Ships Ltd for this project, indicating a need for large-scale suppliers with expertise in defence-related technologies and services.

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

Command Management System (CMS) Joint Support Solution 2 (JSS2).

Notice Description

The Ministry of Defence ('the Authority'), intends to place a contract amendment to the Joint Support Solution 2 (JSS2) contract (MCS/1041) with BAE Systems Limited ('BAES') to provide additional Shared Infrastructure (SI) nodes to host Maritime Electronic Warfare System Integrated Capability (MEWSIC) Increment 1 hardware for use on the Type 31 platform. The estimated value of this contract amendment is PS10M.

Lot Information

Lot 1

The Ministry of Defence ('the Authority'), intends to place a contract amendment to the Joint Support Solution 2 (JSS2) contract (MCS/1041) with BAE Systems Limited ('BAES') to provide additional Shared Infrastructure (SI) nodes to host Maritime Electronic Warfare System Integrated Capability (MEWSIC) Increment 1 hardware for use on the Type 31 platform. The estimated value of this contract amendment is PS10M. In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 (DSPCR 2011) as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that this contract amendment can be placed using the Negotiated Procedure without Prior Publication of a Contract Notice in the UK e-notification services (as required by the relevant legislation) and is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for Technical Reasons. This is because MEWSIC is required to be hosted upon the SI and Combat Management Systems (CMS) across the Royal Navy (RN) fleet. BAES are already on contract with the Authority for the provision of SI, and to undertake the integration of MEWSIC increment 1 hardware, with T26 SI contracted under the T26 build contract (SHIPACQ036) and QEC and T45 platforms contracted under the JSS2 contract. It is imperative to have a single and common approach covering Electronic Warfare Operators, to ensure that MEWSIC works in the same way pan-fleet (i.e., the same Form, Fit and Function plus maintenance). Having provision of SI nodes for MEWSIC and integration undertaken by a third party would not allow T31 to adopt the technical design approach of the aforementioned platforms, greatly increasing the risk of design deviation, and exposing the Authority to intolerable safety risks as well as impacting operational effectiveness, capability availability and training. Furthermore, introducing platform design differences would require different operator and maintainer guidance, thus creating issues for the Authority and RN around interoperability and safety assurance which could lead to a level of risk that is not acceptable to the Authority.

Procurement Information

In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 (DSPCR 2011) as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that this contract amendment can be placed using the Negotiated Procedure without Prior Publication of a Contract Notice in the UK e-notification services (as required by the relevant legislation) and is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for Technical Reasons. This is because MEWSIC is required to be hosted upon the SI and Combat Management Systems (CMS) across the Royal Navy (RN) fleet. BAES are already on contract with the Authority for the provision of SI, and to undertake the integration of MEWSIC increment 1 hardware, with T26 SI contracted under the T26 build contract (SHIPACQ036) and QEC and T45 platforms contracted under the JSS2 contract. It is imperative to have a single and common approach covering Electronic Warfare Operators, to ensure that MEWSIC works in the same way pan-fleet (i.e., the same Form, Fit and Function plus maintenance). Having provision of SI nodes for MEWSIC and integration undertaken by a third party would not allow T31 to adopt the technical design approach of the aforementioned platforms, greatly increasing the risk of design deviation, and exposing the Authority to intolerable safety risks as well as impacting operational effectiveness, capability availability and training. Furthermore, introducing platform design differences would require different operator and maintainer guidance, thus creating issues for the Authority and RN around interoperability and safety assurance which could lead to a level of risk that is not acceptable to the Authority.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0373f3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028267-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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

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


CPV Codes

35710000 - Command, control, communication and computer systems

72700000 - Computer network services

Notice Value(s)

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

Notice Dates

Publication Date
7 Oct 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
6 Oct 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Tim Evans
Contact Email
tim.evans879@mod.gov.uk
Contact Phone
Not specified

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
TLJ31 Portsmouth

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

Supplier Information

Number of Suppliers
1
Supplier Name

BAE SYSTEMS SURFACE SHIPS

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-0373f3-2022-10-07T14:18:05+01:00",
    "date": "2022-10-07T14:18:05+01:00",
    "ocid": "ocds-h6vhtk-0373f3",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0373f3",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Command Management System (CMS) Joint Support Solution 2 (JSS2).",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72700000",
            "description": "Computer network services"
        },
        "mainProcurementCategory": "services",
        "description": "The Ministry of Defence ('the Authority'), intends to place a contract amendment to the Joint Support Solution 2 (JSS2) contract (MCS/1041) with BAE Systems Limited ('BAES') to provide additional Shared Infrastructure (SI) nodes to host Maritime Electronic Warfare System Integrated Capability (MEWSIC) Increment 1 hardware for use on the Type 31 platform. The estimated value of this contract amendment is PS10M.",
        "lots": [
            {
                "id": "1",
                "description": "The Ministry of Defence ('the Authority'), intends to place a contract amendment to the Joint Support Solution 2 (JSS2) contract (MCS/1041) with BAE Systems Limited ('BAES') to provide additional Shared Infrastructure (SI) nodes to host Maritime Electronic Warfare System Integrated Capability (MEWSIC) Increment 1 hardware for use on the Type 31 platform. The estimated value of this contract amendment is PS10M. In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 (DSPCR 2011) as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that this contract amendment can be placed using the Negotiated Procedure without Prior Publication of a Contract Notice in the UK e-notification services (as required by the relevant legislation) and is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for Technical Reasons. This is because MEWSIC is required to be hosted upon the SI and Combat Management Systems (CMS) across the Royal Navy (RN) fleet. BAES are already on contract with the Authority for the provision of SI, and to undertake the integration of MEWSIC increment 1 hardware, with T26 SI contracted under the T26 build contract (SHIPACQ036) and QEC and T45 platforms contracted under the JSS2 contract. It is imperative to have a single and common approach covering Electronic Warfare Operators, to ensure that MEWSIC works in the same way pan-fleet (i.e., the same Form, Fit and Function plus maintenance). Having provision of SI nodes for MEWSIC and integration undertaken by a third party would not allow T31 to adopt the technical design approach of the aforementioned platforms, greatly increasing the risk of design deviation, and exposing the Authority to intolerable safety risks as well as impacting operational effectiveness, capability availability and training. Furthermore, introducing platform design differences would require different operator and maintainer guidance, thus creating issues for the Authority and RN around interoperability and safety assurance which could lead to a level of risk that is not acceptable to the Authority.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35710000",
                        "description": "Command, control, communication and computer systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ31"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_MANUF_FOR_RESEARCH",
                "description": "The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 (DSPCR 2011) as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that this contract amendment can be placed using the Negotiated Procedure without Prior Publication of a Contract Notice in the UK e-notification services (as required by the relevant legislation) and is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for Technical Reasons. This is because MEWSIC is required to be hosted upon the SI and Combat Management Systems (CMS) across the Royal Navy (RN) fleet. BAES are already on contract with the Authority for the provision of SI, and to undertake the integration of MEWSIC increment 1 hardware, with T26 SI contracted under the T26 build contract (SHIPACQ036) and QEC and T45 platforms contracted under the JSS2 contract. It is imperative to have a single and common approach covering Electronic Warfare Operators, to ensure that MEWSIC works in the same way pan-fleet (i.e., the same Form, Fit and Function plus maintenance). Having provision of SI nodes for MEWSIC and integration undertaken by a third party would not allow T31 to adopt the technical design approach of the aforementioned platforms, greatly increasing the risk of design deviation, and exposing the Authority to intolerable safety risks as well as impacting operational effectiveness, capability availability and training. Furthermore, introducing platform design differences would require different operator and maintainer guidance, thus creating issues for the Authority and RN around interoperability and safety assurance which could lead to a level of risk that is not acceptable to the Authority."
    },
    "awards": [
        {
            "id": "028267-2022-1",
            "relatedLots": [
                "1"
            ],
            "title": "Command Management System (CMS) Joint Support Solution 2 (JSS2) - Contract Amendment",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-65447",
                    "name": "BAE Systems Surface Ships Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-12610",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UKJ31",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Tim Evans",
                "email": "Tim.Evans879@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://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-65447",
            "name": "BAE Systems Surface Ships Ltd",
            "identifier": {
                "legalName": "BAE Systems Surface Ships Ltd"
            },
            "address": {
                "locality": "Farnborough",
                "region": "UKJ31",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-65448",
            "name": "Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team",
            "identifier": {
                "legalName": "Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team"
            },
            "address": {
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-12610",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "028267-2022-1",
            "awardID": "028267-2022-1",
            "title": "Command Management System (CMS) Joint Support Solution 2 (JSS2) - Contract Amendment",
            "status": "active",
            "value": {
                "amount": 10000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-10-07T00:00:00+01:00"
        }
    ],
    "language": "en"
}