Planning

Naval Systems Integration Process Service (NSIPS) Phase 4

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

21 Nov 2023 at 09:12

Summary of the contracting process

The Ministry of Defence is planning a tender for the Naval Systems Integration Process Service (NSIPS) Phase 4 in the services category. The tender involves software integration consultancy services and aims to assure correct Combat/Marine Systems integration. The anticipated duration for the contract is up to 5 years, with a potential award around October 2025. Potential suppliers must comply with security classifications up to "SECRET - UK EYES ONLY" level and have MOD Security Clearance (List X) prior to contract award.

This tender by the Ministry of Defence presents a significant opportunity for businesses specializing in software integration consultancy services. Companies with expertise in database management systems, hardware integration consultancy services, and development of warships will find this tender well-suited for their capabilities. The requirement involves exposure to nationally sensitive information/data and equipment, highlighting the need for suppliers to maintain high security standards and clearances.

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

Naval Systems Integration Process Service (NSIPS) Phase 4

Notice Description

NSIPS is a critical process in the assurance of correct Combat / Marine Systems integration and ensuring that the related platform safety risks are understood and managed through the maintenance of interface records. These include the operation, development and management of an RLI accessed database to support administration of the Change Impact Assessment Process (CIAP). This being part of the Common Support Model (CSM) activity, where the assessed impact of the change needs to be captured by identified stakeholders.

Lot Information

Lot 1

The Authority is intending to undertake a competitive procurement exercise for the ongoing provision of the Naval Systems Integration Process Service (NSIPS), currently contracted for through Systems Engineering and Assessments Limited (SEA Ltd) under Contract reference 700008523. The anticipated duration for any subsequent Contract being awarded is a period of up to 5 years, with potential Contract Award being circa October 2025. NSIPS is a critical process in the assurance of correct Combat / Marine Systems integration and ensuring that the related platform safety risks are understood and managed through the maintenance of interface records. These include the operation, development and management of an RLI accessed database to support administration of the Change Impact Assessment Process (CIAP). This being part of the Common Support Model (CSM) activity, where the assessed impact of the change needs to be captured by identified stakeholders. Combat System configuration records and change impacts are subsequently maintained for complex Warships and Submarines across the DE&S portfolio. The database subsequently providing key Combat System documentation for subsequent upgrades and refits. Suppliers will need to be able to deliver assured SQEP to audit complex maritime specific interfaces to underpin complex change management. Elements of the requirement will involve exposure to, and subsequent safeguarding of, nationally sensitive information/data and equipment potentially bearing a security classification of up to and including "SECRET - UK EYES ONLY" level. Suppliers, including any sub-contract opportunities, shall therefore be required to comply with such security classification. Potential suppliers shall therefore be required to hold MOD Security Clearance (List X) prior to any future Contract being awarded in line with the Authority's programme. If you are interested in the requirement please content the Authority's point of contact specified within this PIN. This will enable the Authority to better plan the next steps of the procurement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-041b81
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034352-2023
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

48 - Software package and information systems

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

73 - Research and development services and related consultancy services


CPV Codes

48612000 - Database-management system

72227000 - Software integration consultancy services

72228000 - Hardware integration consultancy services

73424000 - Development of warships

Notice Value(s)

Tender Value
£3,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Nov 20232 years ago
Submission Deadline
Not specified
Future Notice Date
1 Jan 2025Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Robert Stevens
Contact Email
robert.stevens121@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
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

Notice URLs

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-041b81-2023-11-21T09:12:39Z",
    "date": "2023-11-21T09:12:39Z",
    "ocid": "ocds-h6vhtk-041b81",
    "initiationType": "tender",
    "tender": {
        "id": "709857458",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Naval Systems Integration Process Service (NSIPS) Phase 4",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "72227000",
            "description": "Software integration consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "NSIPS is a critical process in the assurance of correct Combat / Marine Systems integration and ensuring that the related platform safety risks are understood and managed through the maintenance of interface records. These include the operation, development and management of an RLI accessed database to support administration of the Change Impact Assessment Process (CIAP). This being part of the Common Support Model (CSM) activity, where the assessed impact of the change needs to be captured by identified stakeholders.",
        "value": {
            "amount": 3500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority is intending to undertake a competitive procurement exercise for the ongoing provision of the Naval Systems Integration Process Service (NSIPS), currently contracted for through Systems Engineering and Assessments Limited (SEA Ltd) under Contract reference 700008523. The anticipated duration for any subsequent Contract being awarded is a period of up to 5 years, with potential Contract Award being circa October 2025. NSIPS is a critical process in the assurance of correct Combat / Marine Systems integration and ensuring that the related platform safety risks are understood and managed through the maintenance of interface records. These include the operation, development and management of an RLI accessed database to support administration of the Change Impact Assessment Process (CIAP). This being part of the Common Support Model (CSM) activity, where the assessed impact of the change needs to be captured by identified stakeholders. Combat System configuration records and change impacts are subsequently maintained for complex Warships and Submarines across the DE&S portfolio. The database subsequently providing key Combat System documentation for subsequent upgrades and refits. Suppliers will need to be able to deliver assured SQEP to audit complex maritime specific interfaces to underpin complex change management. Elements of the requirement will involve exposure to, and subsequent safeguarding of, nationally sensitive information/data and equipment potentially bearing a security classification of up to and including \"SECRET - UK EYES ONLY\" level. Suppliers, including any sub-contract opportunities, shall therefore be required to comply with such security classification. Potential suppliers shall therefore be required to hold MOD Security Clearance (List X) prior to any future Contract being awarded in line with the Authority's programme. If you are interested in the requirement please content the Authority's point of contact specified within this PIN. This will enable the Authority to better plan the next steps of the procurement.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48612000",
                        "description": "Database-management system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72228000",
                        "description": "Hardware integration consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73424000",
                        "description": "Development of warships"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-01-01T00:00:00Z"
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Elements of the requirement will involve exposure to, and subsequent safeguarding of, nationally sensitive information/data and equipment potentially bearing a security classification of up to and including \"SECRET - UK EYES ONLY\" level. Suppliers, including any sub-contract opportunities, shall therefore be required to comply with such security classification. Potential suppliers shall therefore be required to hold MOD Security Clearance (List X) prior to any future Contract being awarded in line with the Authority's programme.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Robert Stevens",
                "email": "robert.stevens121@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.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-40994",
            "name": "Defence Equipment and Support",
            "identifier": {
                "legalName": "Defence Equipment and Support"
            },
            "address": {
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Robert.Stevens121@mod.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5483",
        "name": "Ministry of Defence"
    },
    "language": "en"
}