Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

VEAT

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

  • Cyhoeddwyd gyntaf: 24 Tachwedd 2022
  • Wedi'i addasu ddiwethaf: 24 Tachwedd 2022

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-0387d4
Cyhoeddwyd gan:
Ministry of Defence
ID Awudurdod:
AA76012
Dyddiad cyhoeddi:
24 Tachwedd 2022
Dyddiad Cau:
-
Math o hysbysiad:
VEAT
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad tryloywder gwirfoddol ymlaen llaw

Adran I: Awdurdod contractio

I.1) Enw a chyfeiriad

Ministry of Defence

Defence Equipment & Support, Abbey Wood

Bristol

BS34 8JH

UK

Person cyswllt: Rebecca Colbourne

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

NUTS: UKK11

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.contracts.mod.uk/

I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Amddiffyn

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

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

Cyfeirnod: 705563450

II.1.2) Prif god CPV

72700000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 287 634 000.00 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

35710000

II.2.3) Man cyflawni

Cod NUTS:

UKJ31


Prif safle neu fan cyflawni:

Farnborough

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Maen prawf isod:

Price

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Y weithdrefn a negodwyd heb gyhoeddi hysbysiad contract

Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd:

Mae'r cynhyrchion dan sylw yn cael eu cynhyrchu at ddibenion ymchwil, arbrawf, astudio neu ddatblygu yn unig o dan yr amod a nodir yn y Gyfarwyddeb (ar gyfer cyflenwadau yn unig)

Esboniad:

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) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

Section V: Dyfarnu contract/consesiwn

Rhif Contract: 705563450

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

V.2 Dyfarnu contract/consesiwn

V.2.1) Y dyddiad y daeth y contract i ben/consesiwn

23/11/2022

V.2.2) Gwybodaeth am dendrau

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

BAE Systems Surface Ships Ltd

06160534

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

Farnborough

GU14 6YU

UK

NUTS: UKJ31

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y consesiwn a’r prif delerau cyllido (heb gynnwys TAW)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot/consesiwn: 287 634 000.00 GBP

Cyfanswm gwerth y consesiwn/lot: 287 634 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y /consesiwn caiff y contract ei is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Ministry of Defence

Defence Equipment & Support, Abbey Wood

Bristol

BS 34 8JH

UK

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

VI.5) Dyddiad anfon yr hysbysiad hwn

23/11/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
72700000 Gwasanaethau rhwydwaith cyfrifiadurol Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
35710000 Systemau gorchymyn, rheoli, cyfathrebu a chyfrifiadur Systemau electronig milwrol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
rebecca.colbourne100@mod.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.