Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

MORPHEUS Systems Integrator

  • First published: 13 August 2019
  • Last modified: 13 August 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Unknown
Authority ID:
AA47308
Publication date:
13 August 2019
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence, Information Systems and Services, BATCIS Delivery Team

Abbey Wood

Bristol

BS34 8JH

UK


+44 3067985589

ISSComrcl-BATCIS-Morpheus-Grp@mod.gov.uk


https://www.gov.uk/government/organisations/ministry-of-defence


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

MORPHEUS Systems Integrator

II.1.2)

Type of service contract

3

Main site or location of works, place of delivery or performance

UNITED KINGDOM.


UK

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Integrated engineering services. Morpheus is a 3 200 000 000 GBP programme delivering the next generation of Land environment tactical communications and information systems (TacCIS) to the army, Royal Navy and Royal Air Force. The objective of Morpheus is to provide a single information environment through a fully integrated operational information system which is seamless from the barracks, headquarters to the individual soldier, and based on an open, delaminated architecture. The MOD will be the design authority with the ability to procure system elements in a modular fashion via a disaggregated supply chain. This will give the authority greater flexibility to evolve the system in line with changes in technology, policy and the operational environment.

To realise the new Morpheus capability, the authority requires a Systems integrator (SI) to lead on the design and integration of the Morpheus products and services for applications, infrastructures and networks. The full SI statement of requirement will be released at the ITN stage but within the Morpheus future operating model (FOM), the SI is expected to work collaboratively with the rest of the FOM and is likely to have the following key roles and responsibilities:

(a) develop, control and direct the Operational service management (OSM) process and provide the OSM focal point for users;

(b) develop detailed technical designs, in conjunction with Managed service providers (MSPs), to evolve and adapt the system architecture and baselines in response to capability roadmaps, technology innovation, emerging user needs, system threats and/or system obsolescence;

(c) manage the end-to-end process from Morpheus system design through change implementation to fielding;

(d) provide sub-system requirements, technical product specifications and statements of work to MSPs and manage MSP progress and outputs;

(e) maintain and control the configuration of the Morpheus system architecture and technical baselines on behalf of the authority, ensuring on-going system openness;

(f) lead on all system integration activities, including planning, management and system acceptance testing, ensuring the upgrade and deployment of an operationally stable system that meets system availability requirements;

(g) lead on and manage user training design and delivery; and

(h) support platform delivery teams through the provision of technical design assurance services to achieve certified platform designs.

II.1.6)

Common Procurement Vocabulary (CPV)

71340000

II.1.7)

Information about subcontracting

Checked box
Checked box
Checked box
Checked box
Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Within the FOM the Morpheus SI will interact with the authority and several MSPs in a multivendor environment. The Morpheus SI will manage the system on behalf of the authority but be dependent upon the MSPs for the provision of system components, with the authority providing overarching strategic direction and governance to system development.

The anticipated role of the SI is split across 7 workstreams as follows:

1) The OSM workstream maintains a reliable and secure system to the end user, in accordance with agreed service levels and requirements. The Morpheus SI is anticipated to conduct the following activities as part of the OSM workstream:

(a) support the authority in the development and implementation of an end-to-end OSM function;

(b) establish and man a customer service desk to provide the primary point of contact between the service provider and the users;

(c) establish and manage an OSM hosting environment;

(d) manage incidents and problems reported by system users;

(e) monitor and manage hardware, software and platform obsolescence;

(f) ensure that services are restored to defined service levels when incidents arise;

(g) ensure that services providing capability meet the availability needs of the users;

(h) conduct stress testing, fault finding and other similar activities on the equipment;

(i) manage and maintain records of components used in the delivery of the end-to-end services, ensuring dependencies are managed;

(j) manage the service capacity of the system;

(k) coordinate and assist in the resolution of issues across the supply chain;

(l) manage, sequence, monitor and where required, conduct regression of changes to all configuration items across the system;

(m) plan, schedule and control the build, test and deployment of releases (including patch management), whilst protecting the integrity of existing services;

(n) configure and manage the system baseline reference material;

(o) monitor and propose changes to Morpheus through Defence cyber operational planning; and

(p) conduct proactive and reactive cyber management (e.g. vulnerability management, threat hunting, security event and incident management, rule set log management).

2) The Evolutionary Capability Development (ECD) workstream addresses the need to adapt and evolve the system in line with:

— obsolescence,

— capability roadmaps,

— lessons learnt from operational use,

— technology development; and

— changes to policy, strategy and direction.

The Morpheus SI is anticipated to conduct the following activities as part of the ECD workstream:

(a) create, maintain, manage and operate the sandbox environment;

(b) maintain the system performance model, simulate user and system loads against varying system configurations to demonstrate the technical viability, scalability and resilience of a design;

(c) scoping, definition, management and assurance of changes to the system, ensuring that where services interface with other domains (e.g. Networks, Land) that the relevant boundaries, assumptions and responsibilities are agreed and assured;

(d) conduct high level solution design allocating system requirements to appropriate sub-systems and define a set of derived, measurable sub-system requirements which specify the function, performance and constraints of sub systems required to realise the system requirements. Define the function and performance characteristics and constraints of both system and sub-system components to inform the assessment and selection of product options;

(e) detail the system’s logical design to meet the system functional requirements and non-functional requirements. Conduct system and testing verification to demonstrate that the proposed change will address the user requirements prior to recommending endorsement;

(f) assure that the integration of the MSP or OEM delivered sub-systems/components has resulted in an operational system which achieves the desired measures of performance that fulfil its specified requirements and characteristics;

(g) assess and endorse the solution against the system and sub-system requirements, assuring the system meets relevant standards and will perform in a safe, secure and environmentally appropriate manner; and

(h) determine whether the system and sub-systems are accepted for fielding. Inform decisions to release system updates into service and support formal user acceptance and verify that the system operates at a deployed scale by supporting testing and trialing activities.

3) The Enduring Engineering Management (EEM) workstream provides technical authority and coordinates technical governance of the system. The Morpheus SI is anticipated to conduct the following activities as part of the EEM workstream:

(a) conduct system architecture management, define, develop and maintain the architecture and objectively measure it’s progress against the Morpheus target system architecture;

(b) innovation conduit for other industry inputs within the Morpheus enterprise and identify, evaluate and prioritise new technologies to allow LE TacCIS to fully exploit the system capabilities;

(c) manage system compliance with the security management framework as well as identifying non-compliance and providing recommendations for resolution;

(d) coordinate and manage security documentation for system accreditation and create, coordinate and manage security risks for the system;

(e) generate, manage and review safety and environmental artefacts, provide safety and environmental assurance, plan and implement safety and environmental management ensuring compliance with MOD, ISS and BATCIS Policy; and

(f) assist in the creation and management of information artefacts that are required to support the development, operation and maintenance of the Morpheus system.

4) The EPM workstream provides oversight of the programme with respect to performance, cost and time, coordinating project delivery against the programme objectives. The Morpheus SI is anticipated to conduct the following activities as part of the EPM workstream:

(a) manage and maintain relationships within the stakeholder community, including supporting the authority at stakeholder engagement events;

(b) undertake project controls including scheduling, planning, risk, assumptions, issues, dependencies and opportunities in line with Morpheus processes and provide management information;

(c) manage the quality of MORPHEUS deliverables through quality assurance and control via a quality management system; plan, implement and continuously improve activities;

(d) manage import and export constraints on the Morpheus System and its components;

(e) manage software licences across the Morpheus supply chain; and

(f) deliver technical and administrative activities concerned with the creation, maintenance and controlled change of configuration items throughout the life of a product.

5) The training development and delivery workstream defines, designs, manages and delivers conversion, uplift and steady state training related to the system. The Morpheus SI is anticipated to conduct the following activities as part of the training development and delivery workstream:

(a) manage the Joint programme organisation (JPO)/BATCIS areas of training responsibility;

(b) undertake Defence systems approach to training (DSAT) compliant Training needs analysis (TNA) Stage 1 (Scoping exercises) for new/updated Morpheus capabilities. Integrate new/updated Morpheus capability TNA Stage 2 into the consolidated Morpheus TNA;

(c) collate and develop information to design both Morpheus training courses and Morpheus training courseware;

(d) deliver tri-service uplift/conversion training for Morpheus; and

(e) support the assurance of Morpheus uplift/conversion training.

6) The PI&F workstream integrates and installs the system into the platform fleet and then fields this fleet to deliver the capability to the end user. The Morpheus SI is anticipated to conduct the following activities as part of the PI&F workstream:

(a) develop a high-level design describing what and how systems will be integrated onto specific platforms addressing the platform integration requirements;

(b) conduct technical assurance of in-service platform designs;

(c) installation design verification activities and in-service platform installation design certification; and

(d) support the delivery of a new solution or an uplift to an existing solution (equipment or software) to the user during trials and fielding.

7) The transition and mobilisation workstream manages the on-boarding and off-boarding of organisations throughout the lifetime of the system. The Morpheus SI is anticipated to conduct the following activities as part of the transition and mobilisation workstream:

(a) onboard into the JPO and align with the operating structures, principles, procedures and input into the selection of common tools and artefacts;

(b) plan exit to ensure the smooth off-boarding of service providers and effective handover to a new service provider if required or implement planned service closure; and

(c) conduct the transition from the incumbent to a new service provider. This includes the transitions of the Morpheus managed service providers and their respective supply chains.

 235 000 000615 000 000
GBP

II.2.2)

Information about options

Option 1: contract extension (2 years) – this option is to extend the service provision and delivery of the contract for 2 years after the initial 6-year term. Estimated value between 70 000 000 GBP-102 000 000 GBP;

Option 2: contract extension (2 years) – this option is to further extend the service provision and delivery of the contract for an additional 2 years after the first 2-year extension. Estimated value between 71 000 000 GBP-105 000 000 GBP;

Option 3a: provision of the Morpheus JPO facility and IT infrastructure – this option provides the JPO facility, inclusive of the required IT Infrastructure, for the Morpheus sub-programme for the initial term of the contract (6 years). With the inclusion of rights to novate the lease to 3rd parties (either the MOD or a follow-on contractor) and extend it further. Estimated value between 18 000 000 GBP-21 000 000 GBP;

Option 3b: provision of the Morpheus JPO facility and IT infrastructure – this option provides the JPO facility, inclusive of the required IT infrastructure, for the Morpheus sub-programme for the duration of Option 1 to the contract (2 years). With the inclusion of rights to novate the lease to 3rd parties (either the MOD or a follow-on contractor) and extend it further. Estimated value between 4 700 000 GBP-5 300 000 GBP;

Option 3c: provision of the Morpheus JPO facility and IT infrastructure – this option provides the JPO facility, inclusive of the required IT infrastructure, for the Morpheus sub-programme for the duration of Option 2 to the contract (2 years). With the inclusion of rights to novate the lease to 3rd parties (either the MOD or a follow-on contractor) and extend it further. Estimated value between 4 900 000 GBP-5 400 000 GBP;

Option 4a: Cyber information security operations capability (CyISOC) co-location – this option provides a team to support the Morpheus System operational service management (OSM) function at the CyISOC Site for the initial term of the contract (6 years). Estimated value between 1 500 000 GBP-2 200 000 GBP;

Option 4b: CyISOC co-location – this option provides a team to support the Morpheus system Operational service management (OSM) function at the CyISOC site for the duration of Option 1 to the contract (2 years). Estimated value between 1 000 000 GBP-1 400 000 GBP;

Option 4c: CyISOC co-location – this option provides a team to support the Morpheus system Operational service management (OSM) function at the CyISOC site for the duration of Option 2 to the contract (2 years). Estimated value between 1 000 000 GBP-1 500 000 GBP;

Option 5a: Contractors on deployed operations (CONDO) – this option provides CONDO support in the future if the Morpheus system requires support or to support integration overseas for the initial term of the contract (years 4-6). Estimated value between 2 200 000 GBP-3 200 000 GBP;

Option 5b: Contractors on deployed operations (CONDO) – this option provides CONDO support in the future if the Morpheus system requires support or to support integration overseas for the duration of Option 1 to the contract (2 years). Estimated value between 1 500 000 GBP-2 200 000 GBP;

Option 5c: Contractors on deployed operations (CONDO) – this option provides CONDO support in the future if the Morpheus system requires support or to support integration overseas, for the duration of Option 2 to the contract (2 years). Estimated value between 1 600 000 GBP-2 300 000 GBP;

Option 6: Dismounted situational awareness (DSA) system integration – this option provides the services to integrate the future DSA system with Morpheus including any enduring integration and support costs. Estimated value for the integration between 5 000 000 GBP-11 000 000 GBP;

Option 7: Trinity system integration – this option provides the services to integrate the future Trinity solution with Morpheus including any enduring integration and support costs. Estimated value for the integration between 5 000 000 GBP-11 000 000 GBP;

Option 8: training delivery upgrade – this option enhances the training delivery solution for the Morpheus system. This potentially could be a change from classroom-based training to augmented reality. Estimated value for the integration between 11 600 000 GBP-14 500 000 GBP;

Option 9a: Operational service management (OSM) uplift – a periodic, or where necessary continuous, increase of elements of the support services including the helpdesk to either 24/7 or 18/7 support for the initial term of the contract (6 years). Estimated value between 11 300 000 GBP-16 100 000 GBP;

Option 9b: Operational service management (OSM) uplift – a periodic, or where necessary continuous, increase of elements of the support services including the helpdesk to either 24/7 or 18/7 support for the duration of Option 1 to the contract (2 years). Estimated value between 7 300 000 GBP-10 500 000 GBP;

Option 9c: Operational service management (OSM) uplift – a periodic, or where necessary continuous, increase of elements of the support services including the helpdesk to either 24/7 or 18/7 support for the duration of Option 2 to the contract (2 years). Estimated value between 7 500 000 GBP-10 800 000 GBP;

Option 10a: Global operations and security control centre (GOSCC) co-location – this option would be to support the Morpheus System operational service management (OSM) function at the GOSCC Site for the initial term of the contract (6 years). Estimated value between 1 000 000 GBP-1 600 000 GBP;

Option 10b: GOSCC co-location – this option would be to support the Morpheus System operational service management (OSM) function at the GOSCC site for the duration of Option 1 (2 years). Estimated value between 600 000 GBP-1 000 000 GBP;

Option 10c: GOSCC co-location – this option would be to support the Morpheus System operational service management (OSM) function at the GOSCC site for the duration of Option 2 (2 years). Estimated value between 600 000 GBP-1 000 000 GBP;

Option 11: New style of IT deployed (NSoIT(D)) integration – this option provides the services to integrate Morpheus with (NSoIT(D)) including any enduring integration and support costs. Estimated value for the integration between 2 800 000 GBP-10 000 000 GBP;

Option 12a: provision of a test and reference facility and function – this option provides a test and reference facility and function, inclusive of the required Infrastructure, for the Morpheus sub-programme for the initial term of the contract (6 years). With the inclusion of rights to novate the lease to 3rd parties (either the MOD or a follow-on contractor) and extend it further. Estimated value between 14 000 000 GBP-19 000 000 GBP;

Option 12b: provision of a test and reference facility and function – this option provides a test and reference facility and function, inclusive of the required Infrastructure, for the Morpheus sub-programme for the duration of Option 1 to the contract (2 years). With the inclusion of rights to novate the lease to 3rd parties (either the MOD or a follow-on contractor) and extend it further. Estimated value between 7 500 000 GBP-9 500 000 GBP; and

Option 12c: provision of a test and reference facility and function – this option provides a test and reference facility and function, inclusive of the required Infrastructure, for the Morpheus sub-programme for the duration of Option 2 to the contract (2 years). With the inclusion of rights to novate the lease to 3rd parties (either the MOD or a follow-on contractor) and extend it further. Estimated value between 7 500 000 GBP-10 000 000 GBP.

Provisional timetable for recourse to these options

72

II.2.3)

Information about renewals



Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

An indemnity, guarantee or bank bond may be required to support the contract. The authority reserves the right to ask for an indemnity, (parent company) guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment will follow delivery and acceptance of services. Payment will be made via the authority contract purchasing and finance (CP&F) system.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The authority shall require the group to form a legal entity before entering the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The authority reserves the right to incorporate a security aspects letter into the contract, in addition to other security related terms and conditions.

The authority reserves the rights to amend any condition related to security of information to reflect any changes to national law or governmental policy. Whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.

The contractor will require personnel which are cleared to the Developed Vetting (DV) level as part of the delivery of this contract.

III.1.5)

Information about security clearance


 31-01-2022

III.2)

Conditions for Participation

III.2.1)

Personal situation



The authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the authority.

The authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a candidate is eligible to be invited to tender.

A full list of these criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the authority.

Information and formalities necessary for evaluating if the requirements are met:

As requested at the:

(a) pre-qualification questionnaire stage;

(b) the invitation to negotiate stage for those companies down-selected to participate in the ITN Stages; minimum level(s) of standards possibly required: (if applicable) demonstration of capability and capacity to deliver the advertised requirement in the supplier's pre-qualification questionnaire response.

Please read the document titled ‘DPQQ Narrative Guidance’ for information regarding the marking scheme for the DPQQ.




A full list of these criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the authority.

III.2.2)

Economic and financial standing



(a) appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance;

(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;

(c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of:

(i) the overall turnover of the business of the economic operator; and

(ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.

(a) appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance;

(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;

(c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of:

(i) the overall turnover of the business of the economic operator; and

(ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.

Three (3) years full (not abbreviated) accounts will be required as part of any DPQQ response.






The estimated average annual contract value for supply during the contract term is 39 000 000 GBP (ex VAT) If the estimated annual contract value is greater than 40 % of the supplier's turnover, the authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include:

1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and

2) State whether the supplier is willing to provide the authority with an indemnity, guarantee or bank bond.

The authority will also examine the financial health of the immediate and ultimate parent of the potential provider where it is part of a group. When assessing the financial health of an organisation the authority will also take into consideration any auditors opinion, for example qualifications or emphasis of matter statements. The authority's opinion may be validated using credit agencies such as company watch. If examination of the financial information exposes the potential for a potential provider to experience financial difficulty in performing the contract, then the authority will determine the level of risk that it is willing to bear in fulfilling the requirement.



For the purposes of evaluating the financial standing of responses, the authority shall use the following criteria, which will be taken into account as part of the overall score.

Pass: low financial risk to contract performance.

Proceed with caution :passed on the basis that the required guarantees/information will be provided.

Fail: high risk to contract performance.

Should a potential provider be assessed as a fail score or proceed with caution score the authority reserves the right to exclude them from the competition making the potential provider ineligible to receive ITT documentation.


III.2.3)

Technical and/or professional capacity



(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability;

(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years, or during a shorter period if necessary, and:

(i) the dates on which the goods were sold or the services provided;

(ii) the consideration received;

(iii) the identity of the person to whom the goods were sold or the service were provided;

(iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and

(v) where:

(a) that person was not a contracting authority; and

(b) the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided.

(d) a statement of the technicians or technical services available to the economic operator to:

(i) carry out the work under the contract; or

(ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator.

(e) a statement of the economic operator's:

(i) technical facilities;

(ii) measures for ensuring quality;

(iii) study and research facilities; and

(iv) internal rules regarding intellectual property.

(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and:

(i) if any, those of the economic operator's managerial staff; and

(ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract.

(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;

(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;

(n) a certificate:

(i) attesting conformity to quality management systems standards based on the relevant European standard; and

(ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification.

(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).

The main contractor will be required to provide evidence of its ability to process, store and transmit classified information at secret by describing the required Facility Security Clearance (FSC) granted by its National or designated security authority.






The main contractor will be required to provide evidence of its sub-contractor's ability to process, store and transmit classified information at Secret by describing the required Facility Security Clearance (FSC) granted by its National or designated security authority.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

26

Objective criteria for choosing the limited number of candidates

Interested parties are required to complete the DPQQ to provide information that allows the authority to evaluate the capacities and capabilities of the interested parties against the selection criteria set out at Sections III.2.1), III.2.2), III.2.3) and any other additional areas set out within the DPQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

BATCM/0308

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 01-11-2019  00:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 01-06-2020

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The SI provider shall provide a presence at the following locations as part of the core delivery of this contract, please note the presence may be temporary in some cases:

(a) Enduring joint programme organisation (eJPO) facility – an eJPO will be located within commutable distance of the customer base at Bristol and Corsham. This is intended to be the location for the core of the delivery team for the Morpheus system;

(b) Morpheus test and reference centre (MTRC) — the MTRC will house the Morpheus representative test equipment which will be located at the site of the current Land system reference centre (LSRC) in Blandford Forum. This is expected to be a Government Furnished facility for use by the Morpheus SI and other members of the supply chain;

(c) Oakdale: the EvO transition partner resides in Oakdale, South Wales. During the transition phase of this contract there will be a requirement for various interactions with personnel at this location;

(d) GOSCC: the GOSCC is located at MOD Corsham;

(e) CyISOC: the CyISOC may be located at MOD Blandford Camp, however, a decision has not yet been made on this;

(f) Various: there is a requirement to support user trials and fielding at various locations within the UK.

Once fielded, morpheus is estimated to be integrated onto approximately 8,000 platforms with over 40,000 users.

Under the Morpheus future operating model it’s anticipated that the SI will not own nor manage any hardware or system components in Morpheus. The SI, with appropriate ethical walls, may own or manage products as an MSP or Original equipment manufacturer (OEM).

The Morpheus Future operating model is intended to enable system change through a incremental development cycle.

A key area of change which is anticipated for Morpheus will be the replacement of the bearer elements in the Morpheus system during the mid/late-2020s. Change will also take place in the applications domain with the potential consolidation or change in products such as Battlefield information system applications (BISA) over the contract term. Change will also take place in the network and Infrastructure domain over the term of the contract term to replace components in the system such as user data terminals.

Change will feature as part of delivery under the contract. The contract will also feature the ability to then increase the capacity for change through a tasking mechanism.

Some aspects of the contractual delivery will be UK eyes-only. The authority may require bidders to sub-contract any sensitive work to an appropriate organisation to avoid excluded organisations based on geography or security accreditation status and/or to put in place appropriate firewalls to protect such information. Organisations will be supported during the procurement process to obtain the appropriate security clearances when required.

The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a security aspects letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

A Cyber risk assessment has been raised for this requirement under assessment number

RAR-BJXT2667. The associated cyber risk profile is high. Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The authority reserves the right to enable bidders, during the tendering phase, to resubmit their tenders should all bidders be non-compliant with any of the mandatory award criteria.

The authority reserves the right to have multiple rounds of negotiations with bidders. The authority will not use this activity to down-select bidders.

The authority reserves the right to award the contract after initial tenders or the invitation to submit final tender without conducting further negotiations.

The lower contract value stated in Section 2.1 of this contract notice is based upon the placement of the contract for an initial 6-year term without the exercise of any of the options outlined in Section 2.2) of this contract notice. The upper end of this pricing band represents the value of this contract were all contract options in Section 2.2) to be exercised during the period of this contract. Estimated values of the individual options have been included at Section 2.2) of the contract notice.

Bidders should be aware that the placement of a contract at the end of this competition is conditional upon the authority passing an internal approvals process for the progression of the Morpheus programme from the conclusion of assessment Phase 2.

At question F17 the authority requires potential suppliers to identify any potential distortions of competition and/or conflicts of interest and to propose measures to eliminate or mitigate them. The authority reserves the right to eliminate from the competition any potential supplier who cannot demonstrate to the satisfaction of the authority that such distortions or conflicts will be eliminated or mitigated.

Advertising regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts bulletin and www.contracts.mod.uk

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on the following link:

https://award.bravosolution.co.uk/batcis/web/project/128/register

You must register on this site to respond. A guidance document for registration can be found at the following link:

Suppliers must only create one account for their response team via this link if multiple registrations are made by the same organisation they will be treated as separate submissions. Accounts for additional team members can be requested once initial registration is completed. One additional account will be provided to each respondent upon request.

The deadline for submitting your response(s) is 01.11.19 00.00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the guidance document at the above link or contact commerce decisions via email: support@commercedecisions.com or call 08456 52 02 52. Go reference: GO-201989-DCB-15232188

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, Information Systems and Services, BATCIS Delivery Team


Bristol

BS34 8JH

UK

ISSComrcl-BATCIS-Morpheus-Grp@mod.gov.uk

+44 3067985589


Body responsible for mediation procedures


Ministry of Defence, Information Systems and Services, BATCIS Delivery Team


Bristol

BS34 8JH

UK

ISSComrcl-BATCIS-Morpheus-Grp@mod.gov.uk

+44 3067985589


VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 09-08-2019

Coding

Commodity categories

ID Title Parent category
71340000 Integrated engineering services Engineering services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.