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