Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}