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.

VEAT

In-Service Support for Combat Management Systems, Shared Infrastructure and Networks

  • First published: 24 November 2022
  • Last modified: 24 November 2022

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:
ocds-h6vhtk-0387d4
Published by:
Ministry of Defence
Authority ID:
AA76012
Publication date:
24 November 2022
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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.

Full notice text

Voluntary ex ante transparency notice

Directive 2009/81/EC

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence

Defence Equipment & Support, Abbey Wood

Bristol

BS34 8JH

UK

Contact person: Rebecca Colbourne

E-mail: rebecca.colbourne100@mod.gov.uk

NUTS: UKK11

Internet address(es)

Main address: https://www.contracts.mod.uk/

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Defence

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

In-Service Support for Combat Management Systems, Shared Infrastructure and Networks

Reference number: 705563450

II.1.2) Main CPV code

72700000

 

II.1.3) Type of contract

Services

II.1.4) Short 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 £287.634m (two hundred & eighty-seven million and six hundred & thirty-four thousand pounds sterling) exclusive of VAT.

Please note, this notice supersedes Notice Ref 2022/S 000-033159 -https://www.find-tender.service.gov.uk/Notice/033159-2022

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 287 634 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

35710000

II.2.3) Place of performance

NUTS code:

UKJ31


Main site or place of performance:

Farnborough

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Criteria below:

Price

II.2.11) Information about options

Options: Yes

Description of options:

3 years of options to extend the duration of the contract.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) 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.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure without publication of a contract notice

Justification for selected award procedure:

The products involved are manufactured purely for the purpose of research, experiment, study or development under the condition stated in the Directive (for supplies only)

Explanation:

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.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

Section V: Award of contract/concession

Contract No: 705563450

Title: In Service Support for Combat Management Systems, Shared Infrastructure and Networks

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

23/11/2022

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

BAE Systems Surface Ships Ltd

06160534

Warwick House PO BOX 87, Farnborough Aerospace Centre, Farnborough, Hampshire,

Farnborough

GU14 6YU

UK

NUTS: UKJ31

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Initial estimated total value of the contract/lot/concession: 287 634 000.00 GBP

Total value of the concession/lot: 287 634 000.00  GBP

V.2.5) Information about subcontracting

The contract/concession is likely to be subcontracted

Section VI: Complementary information

VI.3) 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.

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Defence

Defence Equipment & Support, Abbey Wood

Bristol

BS 34 8JH

UK

E-mail: rebecca.colbourne100@mod.gov.uk

VI.5) Date of dispatch of this notice

23/11/2022

Coding

Commodity categories

ID Title Parent category
35710000 Command, control, communication and computer systems Military electronic systems
72700000 Computer network services IT services: consulting, software development, Internet and support

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:
rebecca.colbourne100@mod.gov.uk
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.