Notice Information
Notice Title
https://www.contracts.mod.uk/
Notice Description
Maritime Combat Systems (MCS) Surface Ships Combat Systems Group (SSCSG) Real-time Combat system Open Data Enablers (RECODE) In-Service Support (ISS) Background The Surface Ships Combat Systems Group Delivery Team which is part of the United Kingdom Ministry of Defence is intending to place a contract with BAE Systems Surface Ships Ltd (BAES) for In-Service Support of Combat Management Systems (CMS), BAES Shared Infrastructure (SI) & Networks for Royal Navy platforms, Land-Based Test Sites & training sites as well as the installation of SI Version 3 on Type 45 Destroyers. The platforms in scope include Type 23 Frigates, T45, Queen Elizabeth Class Aircraft Carrier, Landing Platform Dock, Royal Fleet Auxiliary, Type 26 Frigates & support for the hosting infrastructure on the Type 31 Frigates to enable the hosting of the Maritime Electronic Warfare Systems Integrated Capability (MEWSIC). A CMS is a multi-layered system, comprising of component parts, products & individual equipment which all work together to provide situational awareness & lethality to the operator. The CMS covers: CMS Software & Hardware, and Hosting Infrastructure through SI & Combat System Networks. CMS equipment is made up of a series of discrete sub-systems, fully integrated together to provide the interface from which Operators can achieve a platform's Decide & Enable capabilities. Integration & configuration management is performed at the system level to ensure interoperability across the respective sub-systems. Duration of Contract & Cost The total duration of the contract will be 8 (eight) years consisting of an initial 5 (five) year period, with 3 (three) years of options to extend the duration. The contract shall have a total estimated value of PS287.634m (two hundred & eighty-seven million and six hundred & thirty-four thousand pounds sterling) exclusive of VAT.
Lot Information
Lot 1
Justification 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 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 the award of the contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 16(1)(a)(ii) of the Defence & Security Public Contract Regulations 2011 due to technical reasons. BAES are the Design Authority of the CMS, BAES SI & Networks & is the only supplier with the appropriate level of system design & configuration knowledge to meet the requirement. The CMS operates using proprietary software which the Authority does not have the right to share with a third party. Therefore, use of any third-party support supplier would increase the complexity of sub-system alignment & integration, increase the difficulty of assigning responsibility for identification & rectification of equipment failures, & present an unacceptably high risk of compromised safety management. BAES is the only operator that has the technical expertise & know-how of the CMS, BAES SI & Networks to carry out obsolescence management & modifications to ensure uninterrupted equipment availability, interoperability & underwrite such modifications from a safety perspective. It is for the reasons listed above that BAES is the only operator able to perform the contract. Additional information: This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis, and is published for reasons of transparency.
Options: 3 years of options to extend the duration of the contract.
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 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 the award of the contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 16(1)(a)(ii) of the Defence & Security Public Contract Regulations 2011 due to technical reasons. BAES are the Design Authority of the CMS, BAES SI & Networks & is the only supplier with the appropriate level of system design & configuration knowledge to meet the requirement. The CMS operates using proprietary software which the Authority does not have the right to share with a third party. Therefore, use of any third-party support supplier would increase the complexity of sub-system alignment & integration, increase the difficulty of assigning responsibility for identification & rectification of equipment failures, & present an unacceptably high risk of compromised safety management. BAES is the only operator that has the technical expertise & know-how of the CMS, BAES SI & Networks to carry out obsolescence management & modifications to ensure uninterrupted equipment availability, interoperability & underwrite such modifications from a safety perspective. It is for the reasons listed above that BAES is the only operator able to perform the contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03877f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/033159-2022
- 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
- £287,634,000 £100M-£1B
Notice Dates
- Publication Date
- 23 Nov 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 23 Nov 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
- Rebecca Colbourne
- Contact Email
- rebecca.colbourne100@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-03877f-2022-11-23T09:30:52Z",
"date": "2022-11-23T09:30:52Z",
"ocid": "ocds-h6vhtk-03877f",
"description": "This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03877f",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "https://www.contracts.mod.uk/",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72700000",
"description": "Computer network services"
},
"mainProcurementCategory": "services",
"description": "Maritime Combat Systems (MCS) Surface Ships Combat Systems Group (SSCSG) Real-time Combat system Open Data Enablers (RECODE) In-Service Support (ISS) Background The Surface Ships Combat Systems Group Delivery Team which is part of the United Kingdom Ministry of Defence is intending to place a contract with BAE Systems Surface Ships Ltd (BAES) for In-Service Support of Combat Management Systems (CMS), BAES Shared Infrastructure (SI) & Networks for Royal Navy platforms, Land-Based Test Sites & training sites as well as the installation of SI Version 3 on Type 45 Destroyers. The platforms in scope include Type 23 Frigates, T45, Queen Elizabeth Class Aircraft Carrier, Landing Platform Dock, Royal Fleet Auxiliary, Type 26 Frigates & support for the hosting infrastructure on the Type 31 Frigates to enable the hosting of the Maritime Electronic Warfare Systems Integrated Capability (MEWSIC). A CMS is a multi-layered system, comprising of component parts, products & individual equipment which all work together to provide situational awareness & lethality to the operator. The CMS covers: CMS Software & Hardware, and Hosting Infrastructure through SI & Combat System Networks. CMS equipment is made up of a series of discrete sub-systems, fully integrated together to provide the interface from which Operators can achieve a platform's Decide & Enable capabilities. Integration & configuration management is performed at the system level to ensure interoperability across the respective sub-systems. Duration of Contract & Cost The total duration of the contract will be 8 (eight) years consisting of an initial 5 (five) year period, with 3 (three) years of options to extend the duration. The contract shall have a total estimated value of PS287.634m (two hundred & eighty-seven million and six hundred & thirty-four thousand pounds sterling) exclusive of VAT.",
"lots": [
{
"id": "1",
"description": "Justification 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 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 the award of the contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 16(1)(a)(ii) of the Defence & Security Public Contract Regulations 2011 due to technical reasons. BAES are the Design Authority of the CMS, BAES SI & Networks & is the only supplier with the appropriate level of system design & configuration knowledge to meet the requirement. The CMS operates using proprietary software which the Authority does not have the right to share with a third party. Therefore, use of any third-party support supplier would increase the complexity of sub-system alignment & integration, increase the difficulty of assigning responsibility for identification & rectification of equipment failures, & present an unacceptably high risk of compromised safety management. BAES is the only operator that has the technical expertise & know-how of the CMS, BAES SI & Networks to carry out obsolescence management & modifications to ensure uninterrupted equipment availability, interoperability & underwrite such modifications from a safety perspective. It is for the reasons listed above that BAES is the only operator able to perform the contract. Additional information: This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis, and is published for reasons of transparency.",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": true,
"options": {
"description": "3 years of options to extend the duration of the contract."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35710000",
"description": "Command, control, communication and computer systems"
}
],
"deliveryAddresses": [
{
"region": "UKJ31"
}
],
"deliveryLocation": {
"description": "Farnborough"
},
"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 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 the award of the contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 16(1)(a)(ii) of the Defence & Security Public Contract Regulations 2011 due to technical reasons. BAES are the Design Authority of the CMS, BAES SI & Networks & is the only supplier with the appropriate level of system design & configuration knowledge to meet the requirement. The CMS operates using proprietary software which the Authority does not have the right to share with a third party. Therefore, use of any third-party support supplier would increase the complexity of sub-system alignment & integration, increase the difficulty of assigning responsibility for identification & rectification of equipment failures, & present an unacceptably high risk of compromised safety management. BAES is the only operator that has the technical expertise & know-how of the CMS, BAES SI & Networks to carry out obsolescence management & modifications to ensure uninterrupted equipment availability, interoperability & underwrite such modifications from a safety perspective. It is for the reasons listed above that BAES is the only operator able to perform the contract."
},
"awards": [
{
"id": "033159-2022-705563450-1",
"relatedLots": [
"1"
],
"title": "In Service Support for Combat Management Systems, Shared Infrastructure and Networks",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-69174",
"name": "BAE Systems Surface Ships Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-69173",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Defence Equipment & Support, Abbey Wood,",
"locality": "Bristol",
"region": "UKK11",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Rebecca Colbourne",
"email": "rebecca.colbourne100@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-69174",
"name": "BAE Systems Surface Ships Ltd",
"identifier": {
"legalName": "BAE Systems Surface Ships Ltd",
"id": "06160534"
},
"address": {
"streetAddress": "Warwick House PO BOX 87, Farnborough Aerospace Centre, Farnborough, Hampshire,",
"locality": "Farnborough",
"region": "UKJ31",
"postalCode": "GU14 6YU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-69175",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Defence Equipment & Support, Abbey Wood",
"locality": "Bristol",
"postalCode": "BS 34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "rebecca.colbourne100@mod.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-69173",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "033159-2022-705563450-1",
"awardID": "033159-2022-705563450-1",
"title": "In Service Support for Combat Management Systems, Shared Infrastructure and Networks",
"status": "active",
"value": {
"amount": 287634000,
"currency": "GBP"
},
"dateSigned": "2022-11-23T00:00:00Z"
}
],
"links": [
{
"rel": "canonical",
"href": "https://www.contracts.mod.uk/"
}
],
"language": "en"
}