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