Notice Information
Notice Title
Military Messaging Phase 2
Notice Description
This procurement is exempt from the DSPCR Regulations due to a National Security Caveat. Military Messaging (MM) is the replacement system to High Grade Messaging (HGM). HGM enables the communication of time sensitive, Command and Control (C2) information up to TOP SECRET STRAP whilst providing the User with 99.999% availability, non-repudiation and guaranteed delivery. The capability is available globally at all key MOD sites as well as onboard Maritime platforms. The MM requirement will be delivered under two main Contracts known as MM1 and MM2, with the deliverables for MM1 being the design, testing, integration (to all other connecting systems and HGM itself), accreditation, delivery and management of the Deployable Nodes (Flyaway Kits), installation (to the fixed environment and the Queen Elizabeth Class Carriers) and support of the capability. The competitive procurement for MM1 concluded in Mar 22 with Contract-Award expected in Q3/Q4 2022. The aim of this project is to replace the Message Handling Systems (MHS) onboard various Royal Naval (RN) & Royal Fleet Auxiliary (RFA) platforms with MM. The currently known ships in scope for MM2 are, but not limited to, as follows; River Class OPV Batch 1; HMS Mersey, HMS Severn. HMS Tyne. RFA Bay Class; RFA Cardigan Bay, RFA Mounts Bay, RFA Lyme Bay. RFA Tide Class; RFA Tideforce, RFA Tiderace, RFA Tidespring, RFA Tidesurge. The MM2 Contractor Deliverables will consist of: Production of Installation Solutions (IS) (RFA classes of ship only). The IS is the design pack which comprehensively details how the MM capability is to be integrated onboard a ship and details where all hardware and cabling will be installed onboard. Fit To Receive (FTR) install (all classes of ship). The 'FTR' install involves installing all MM hardware onboard the ship, including the equipment racks, populating said racks and all MM system User Access Devices (UADs). All MM installations to be carried out at a designated UK Dockyard likely during either a Fleet Time Support Period (FTSP) or during a ships refit period. The MM2 requirement will also be inclusive of Contract options which will be for the FTR installation onboard additional classes of ship. Any supplier awarded any Contract as a result of this procurement, will be expected to have ISO 9001:2015 accreditation, or equivalent by Contract Award; the Contractor will also be required to demonstrate compliance with DEFSTAN 00-056. It should also be noted that if the MM solution consist of any International Traffic in Arms Regulations (ITAR) controlled information, any supplier awarded a Contract as a result of this procurement must adhere to any ITAR conditions. Due to the designated Security Grading of this Project, some of the MM2 documentation will be held at SECRET UK EYES ONLY (SUKEO) or above, and therefore the supplier will be required to have the requisite security capability to accommodate such documentation (further detail within the Pre-Qualification Questionnaire (PQQ)). The Cyber Threat Risk Level for this requirement is Moderate and therefore the MM2 Contractor will be expected to hold a Cyber Essentials Certificate, as defined in DEFSTAN 05-138 prior to award of any resultant Contract. Applicants successful at PQQ stage shall be required to demonstrate cyber capability for the potential Contract by completing a Supplier Assurance Questionnaire as part of their tender (more information can be found at https://supplier-cyber-protection.service.gov.uk). Suppliers wishing to participate must submit a completed PQQ by 14:00 on 18 November 2022. PQQ responses received after this deadline will not be considered.
Lot Information
Lot 1
Please see description within II.1.4.
Options: Extension of the Contract duration
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0376af
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029323-2022
- 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 procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72710000 - Local area network services
Notice Value(s)
- Tender Value
- £9,700,000 £1M-£10M
- Lots Value
- £9,700,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Oct 20223 years ago
- Submission Deadline
- 18 Nov 2022Expired
- 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
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Not specified
- Contact Email
- crystal.struve100@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CORSHAM
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
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-0376af-2022-10-18T14:29:29+01:00",
"date": "2022-10-18T14:29:29+01:00",
"ocid": "ocds-h6vhtk-0376af",
"description": "CP&F is mandated for the use of this procurement.",
"initiationType": "tender",
"tender": {
"id": "705590452",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Military Messaging Phase 2",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72710000",
"description": "Local area network services"
},
"mainProcurementCategory": "services",
"description": "This procurement is exempt from the DSPCR Regulations due to a National Security Caveat. Military Messaging (MM) is the replacement system to High Grade Messaging (HGM). HGM enables the communication of time sensitive, Command and Control (C2) information up to TOP SECRET STRAP whilst providing the User with 99.999% availability, non-repudiation and guaranteed delivery. The capability is available globally at all key MOD sites as well as onboard Maritime platforms. The MM requirement will be delivered under two main Contracts known as MM1 and MM2, with the deliverables for MM1 being the design, testing, integration (to all other connecting systems and HGM itself), accreditation, delivery and management of the Deployable Nodes (Flyaway Kits), installation (to the fixed environment and the Queen Elizabeth Class Carriers) and support of the capability. The competitive procurement for MM1 concluded in Mar 22 with Contract-Award expected in Q3/Q4 2022. The aim of this project is to replace the Message Handling Systems (MHS) onboard various Royal Naval (RN) & Royal Fleet Auxiliary (RFA) platforms with MM. The currently known ships in scope for MM2 are, but not limited to, as follows; River Class OPV Batch 1; HMS Mersey, HMS Severn. HMS Tyne. RFA Bay Class; RFA Cardigan Bay, RFA Mounts Bay, RFA Lyme Bay. RFA Tide Class; RFA Tideforce, RFA Tiderace, RFA Tidespring, RFA Tidesurge. The MM2 Contractor Deliverables will consist of: Production of Installation Solutions (IS) (RFA classes of ship only). The IS is the design pack which comprehensively details how the MM capability is to be integrated onboard a ship and details where all hardware and cabling will be installed onboard. Fit To Receive (FTR) install (all classes of ship). The 'FTR' install involves installing all MM hardware onboard the ship, including the equipment racks, populating said racks and all MM system User Access Devices (UADs). All MM installations to be carried out at a designated UK Dockyard likely during either a Fleet Time Support Period (FTSP) or during a ships refit period. The MM2 requirement will also be inclusive of Contract options which will be for the FTR installation onboard additional classes of ship. Any supplier awarded any Contract as a result of this procurement, will be expected to have ISO 9001:2015 accreditation, or equivalent by Contract Award; the Contractor will also be required to demonstrate compliance with DEFSTAN 00-056. It should also be noted that if the MM solution consist of any International Traffic in Arms Regulations (ITAR) controlled information, any supplier awarded a Contract as a result of this procurement must adhere to any ITAR conditions. Due to the designated Security Grading of this Project, some of the MM2 documentation will be held at SECRET UK EYES ONLY (SUKEO) or above, and therefore the supplier will be required to have the requisite security capability to accommodate such documentation (further detail within the Pre-Qualification Questionnaire (PQQ)). The Cyber Threat Risk Level for this requirement is Moderate and therefore the MM2 Contractor will be expected to hold a Cyber Essentials Certificate, as defined in DEFSTAN 05-138 prior to award of any resultant Contract. Applicants successful at PQQ stage shall be required to demonstrate cyber capability for the potential Contract by completing a Supplier Assurance Questionnaire as part of their tender (more information can be found at https://supplier-cyber-protection.service.gov.uk). Suppliers wishing to participate must submit a completed PQQ by 14:00 on 18 November 2022. PQQ responses received after this deadline will not be considered.",
"value": {
"amount": 9700000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Please see description within II.1.4.",
"value": {
"amount": 9700000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "The six (6) candidates with the highest score from the weighted technical question criteria."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Extension of the Contract duration"
},
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55074",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please see DPQQ.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2022-11-18T14:00:00Z"
},
"secondStage": {
"invitationDate": "2022-12-31T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-22975",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Corsham",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "crystal.struve100@mod.gov.uk",
"url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55074"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55074",
"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"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-22975",
"name": "Ministry of Defence"
},
"language": "en"
}