Planning

Military Messaging - Installation Phase

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

26 Jun 2023 at 11:51

Summary of the contracting process

The Ministry of Defence has initiated a procurement exercise for Military Messaging - Installation Phase. The procurement falls under the IT services category, specifically focusing on consulting, software development, Internet, and support. This tender is in the planning stage, with an anticipated launch of the procurement via a Contract Notice in September 2023. The objective is to replace Message Handling Systems onboard Royal Naval & Royal Fleet Auxiliary platforms with Military Messaging. The procurement is aimed at creating opportunities for businesses offering installation solutions, fit to receive installation services, and related support for a duration of 7 years. The Ministry of Defence, based in Corsham, United Kingdom, is the contracting authority for this opportunity.

This procurement process presents an opportunity for IT service providers specialised in network services to compete for the Military Messaging - Installation Phase contract. Businesses with expertise in delivering installation solutions for maritime platforms and network services onboard ships would be well-suited to bid for this opportunity. The successful contractor will need to meet stringent security requirements, including holding ISO 9001:2015 accreditation, demonstrating compliance with DEFSTAN 00-056, and possessing relevant security clearances. The contractor will also be expected to have a Cyber Essentials Certificate due to the Very High Cyber Threat Risk Level associated with the project. This opportunity is tailored for businesses looking to provide highly secure and cutting-edge IT solutions to government organisations.

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 - Installation Phase

Notice Description

1. Military Messaging (MM) is the replacement system to High Grade Messaging (HGM), which, having been in service since 1985, now requires replacement. 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. 2. The MM requirement will be delivered under two main Contracts known as MM1 and MM Installation Phase, 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 a Contract-Award in Q4 2022 Objectives 3. The objective of this Prior Information Notice (PIN) / Early Market Engagement is to inform industry of the Authority's intention to launch a procurement (subject to relevant approvals) for the MM Installation Phase requirement. Aim of the Project 4. 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. Requirement 5. The MM Installation Phase Contractor Deliverables will consist of: a) 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. b) 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. c) The MM Installation Phase requirement will also be inclusive of Contract options which will be for the FTR installation onboard additional classes of ship. 6. The duration of any resultant Contract that may be awarded as a result of any subsequent procurement will be for a total of 7 years. 7. Any supplier awarded any Contract as a result of any subsequent 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 should the MM solution consist of any International Traffic in Arms Regulations (ITAR) controlled information, any supplier awarded a Contract as a result of any subsequent procurement must have relevant existing Technical Assistance Agreement (TAA) or have agreement no later than Contract award date. Security 8. Due to the designated Security Grading of this Project, some of the MM Installation Phase documentation will be held at SECRET UK EYES ONLY (SUKEO) or above. Therefore, the supplier must hold a minimum clearance of SC and must be UK nationals or dual nationality without any nationality caveats. 9. The Cyber Threat Risk Level for this requirement is Very High and therefore the MM Installation Phase Contractor will be expected to hold a Cyber Essentials Certificate, as defined in DEFSTAN 05-138 prior to award of any resultant Contract. Other Information 10. On national security grounds it would be contrary to UK interests, to comply with the requirements of DSPCR (Defence Security Public Contract Regulations). An exemption using Regulation 7(1)(a) of the DSPCR, in conjunction with Regulation 6(3A)a has been endorsed. 11. The anticipated timeline for the launch of the procurement via a Contract Notice (CN) is September 2023 12. This announcement does not constitute confirmation that MOD shall award a contract for this requirement. 13. The MOD is publishing this announcement without any commitment to issue a tender or place a contract. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03dc78
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018098-2023
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
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

72000000 - IT services: consulting, software development, Internet and support

72710000 - Local area network services

72720000 - Wide area network services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Jun 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Attn: Struve Crystal
Contact Email
crystal.struve100@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CORSHAM
Postcode
SN13 9GB
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK72 Wiltshire
Delivery Location
Not specified

Local Authority
Wiltshire
Electoral Ward
Corsham Without
Westminster Constituency
Chippenham

Further Information

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-03dc78-2023-06-26T12:51:33+01:00",
    "date": "2023-06-26T12:51:33+01:00",
    "ocid": "ocds-h6vhtk-03dc78",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03dc78",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Military Messaging - Installation Phase",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "72710000",
                "description": "Local area network services"
            },
            {
                "scheme": "CPV",
                "id": "72720000",
                "description": "Wide area network services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "1. Military Messaging (MM) is the replacement system to High Grade Messaging (HGM), which, having been in service since 1985, now requires replacement. 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. 2. The MM requirement will be delivered under two main Contracts known as MM1 and MM Installation Phase, 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 a Contract-Award in Q4 2022 Objectives 3. The objective of this Prior Information Notice (PIN) / Early Market Engagement is to inform industry of the Authority's intention to launch a procurement (subject to relevant approvals) for the MM Installation Phase requirement. Aim of the Project 4. 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. Requirement 5. The MM Installation Phase Contractor Deliverables will consist of: a) 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. b) 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. c) The MM Installation Phase requirement will also be inclusive of Contract options which will be for the FTR installation onboard additional classes of ship. 6. The duration of any resultant Contract that may be awarded as a result of any subsequent procurement will be for a total of 7 years. 7. Any supplier awarded any Contract as a result of any subsequent 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 should the MM solution consist of any International Traffic in Arms Regulations (ITAR) controlled information, any supplier awarded a Contract as a result of any subsequent procurement must have relevant existing Technical Assistance Agreement (TAA) or have agreement no later than Contract award date. Security 8. Due to the designated Security Grading of this Project, some of the MM Installation Phase documentation will be held at SECRET UK EYES ONLY (SUKEO) or above. Therefore, the supplier must hold a minimum clearance of SC and must be UK nationals or dual nationality without any nationality caveats. 9. The Cyber Threat Risk Level for this requirement is Very High and therefore the MM Installation Phase Contractor will be expected to hold a Cyber Essentials Certificate, as defined in DEFSTAN 05-138 prior to award of any resultant Contract. Other Information 10. On national security grounds it would be contrary to UK interests, to comply with the requirements of DSPCR (Defence Security Public Contract Regulations). An exemption using Regulation 7(1)(a) of the DSPCR, in conjunction with Regulation 6(3A)a has been endorsed. 11. The anticipated timeline for the launch of the procurement via a Contract Notice (CN) is September 2023 12. This announcement does not constitute confirmation that MOD shall award a contract for this requirement. 13. The MOD is publishing this announcement without any commitment to issue a tender or place a contract. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers.",
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-85940",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Digital, Spur B2, Building 405, MOD Corsham",
                "locality": "Corsham",
                "postalCode": "SN13 9GB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Struve Crystal",
                "email": "crystal.struve100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-85940",
        "name": "Ministry of Defence"
    },
    "language": "en"
}