Tender

Military Messaging Phase 2

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

18 Oct 2022 at 13:29

Summary of the contracting process

The Ministry of Defence is conducting a tender process for the procurement of services under the title "Military Messaging Phase 2" in the industry category of local area network services. This procurement is at the active stage, with a total value of £9,700,000. The deadline for submission of Pre-Qualification Questionnaire (PQQ) responses is 18th November 2022. The tender process falls under the selective procurement method with a tender period ending on 18th November 2022. The contracting authority is the Ministry of Defence located in Corsham, United Kingdom.

This tender presents an opportunity for businesses specialising in network services to compete for contracts related to the replacement of Message Handling Systems onboard Royal Naval & Royal Fleet Auxiliary platforms. Businesses with expertise in cybersecurity, hardware installation, and network integration would be well-suited to participate. Interested suppliers must comply with specific accreditation requirements and demonstrate cyber capability. The Ministry of Defence invites participation through electronic and written submission methods, with details available at the following link: Opportunity Details.

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

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

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

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

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-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"
}