Defence Equipment Engineering and Asset Management System (DEEAMS)
Published
Buyer
Value
Description
This Contract Notice outlines the MOD’s intent to competitively assess, select and award a contract to deliver the Defence Equipment Engineering and Asset Management System (DEEAMS) capability. The Defence Equipment Engineering and Asset Management System (DEEAMS) requirement will deliver the core technical solution for pan-Defence Engineering Through Life Support (ETLS). DEEAMS is the first of 5 Enterprise Wide Support Services (EWSS) which are part of the Business Modernisation for Support (BMfS) transformational programme. Whilst DEEAMS is intended to operate as a self-standing solution, the MOD reserves the right to utilise elements of the DEEAMS solution product set and the technology platform which is procured as part of the DEEAMS solution in the wider BMfS context for reasons of ease of business process, interfacing, compatibility and integration. Any such additional use would be an optional extension of scope under this DEEAMS procurement. The MOD’s expectation is that, should it exercise such optional extension, it will nonetheless require one or more third party suppliers to deliver the development, configuration, integration and support of each of the impacted wider BMfS solutions, and the selection of such supplier(s) will be subject to separate subsequent procurement exercise(s). DEEAMS will initiate Support Advantage for Engineering by cohering ETLS across Defence by adopting a single solution underpinned by Commercial Off The Shelf (COTS) product(s) which delivers the best-in-class commercial sector business processes Out Of The Box (OOTB). DEEAMS will improve Defence Support efficiency and Defence asset availability which includes all major equipment (88 fixed wing, 300+ rotary wing aircraft, 4,000+ land vehicles, 75+ ships) and minor equipment (more than 200,000 equipment types equating to more than 1.6m individual assets). DEEAMS will rationalise the existing MOD IT application landscape not only replacing the existing 3-core Equipment & Asset & Management Systems (JAMES, UMMS, GOLDesp) but also a substantial number (20+) of discrete applications and paper-based systems. BMfS support transformation does not aim to meet the Business need through procuring a like for like direct replacement. The central drive to develop a Business transformation and Change strategy started with the development of a top-down Business Functional Model (BFM) for Defence Support. The principle ETLS functions must deliver Engineering and Equipment Support, which includes Maintenance & Repair, Engineering Planning, Obsolescence, Technical Information, Safety Management, enhancing and expanding the capabilities of the current E&AM applications. The MOD anticipates that DEEAMS will have up to 60,000 users across the Defence Support Network comprising MoD, Civil Servants, and Industry partners. More details of the DEEAMS requirement are provided in the PQQ Pack on the DEEAMS Opportunity Listing on the Defence Sourcing Portal (link provided elsewhere in Contract Notice). DEEAMS has very specific Defence requirements, and noting the criticality of these factors, the MOD will be seeking novel solutions which will: a. minimise Business disruption resulting from training a large number of users deployed globally. The DEEAMS System Integrator will be required to provide a COTS training package, which MoD will configure further following completion of a Training Needs Analysis. b. Complete data migration at pace and have the ability to interoperate DEEAMS with JAMES, UMMS and GOLDesp, whilst ensuring no capability gap to the Front Line Commands. c. Per the current capability, maintain assets in the fixed environment (i.e. within static MOD bases) and the deployed space (i.e. MOD units deployed operationally away from their normal base) with and without planned and unplanned disconnected communications. d. Comply with both solution security and cyber protection requirements. DEEAMS will adhere to JSP440 and Secure by Design (SbD). The DEEAMS solution, and provider, has a mandatory requirement to facilitate, manage and support data at both Official Sensitive and Secret classifications. Work on Secret elements of the project will need to be undertaken in accordance with JSP440 and performed exclusively by UK Nationals holding SC clearance. This security and cyber protection requirement includes the environments Defence operates in, where engineering maintenance tasks will be conducted during planned and unplanned disconnection from core services. Disconnection can be for extended periods of time. The MOD is therefore seeking to procure a modern, best of breed, industry standard COTS ETLS system to deliver Business Change and Transformation. This solution will be delivered by a System Integrator who will be responsible for the provision of the COTS core software including any associated configuration activity, as well as a basic training solution, and lead on the migration and integration and support the BMfS Business Change team. The MOD is willing to consider licensing, support and hosting models for the COTS software which both meet its stated requirements and offer value for money. This may include a perpetual licensing model or another delivery model such as SaaS (Software as a Service). The solution can be hosted using MOD Cloud hosting or utilising an alternative hosting arrangement compliant with JSP 604 (Defence Networks Governance) and National Cyber-Security Centre (NCSC) policies. The SI will be responsible for determining the best COTS fit and software delivery model to meet the DEEAMS requirement. The tender evaluation process will be centered on an evidenced based process and be agnostic of how the SI bidders opt to meet the COTS approach. The evaluation of pricing by the MOD will take into account relevant bidder, internal and/or third party costs to the MOD arising from the software licensing, support and hosting models adopted by the bidder. The DEEAMS contract will mandate the use of a COTS product(s) and BMfS Support Transformation have issued the following description of COTS: “A Software Product that is available in the Commercial Market and has been deployed with multiple customers which is configurable to the needs of the purchasing organisation. A Software product that can be used either ‘Out of the Box’ or configured to achieve the needs of the business and integrated to existing organisational systems and can provide extended functionality which can be delivered without re-engineering the COTS product. A Software Product that has an evolution roadmap which keep pace with a dynamically changing environment – ideally influenced by end customer user forums. The Software Product can be purchased via a licence or consumption-based agreements the cost of which covers ongoing product support (typically through an ongoing maintenance fee), periodic Functional upgrades (minor & major releases), proactively provided security patches to address known threats, upgrades to avoid future obsolescence issues and technical product support” The duration of the contract will be up to 66 months from the date of contract, with an option for a further five years of ongoing software licence and maintenance provision (and hosting provision where this is provided by the supplier). Delivery of DEEAMS will be made incrementally across 4 Releases with support being provided for each Release as it becomes operational, including support for at least 12 months following the final Release. More details of the DEEAMS requirement are provided in the PQQ Pack on the DEEAMS Opportunity Listing on the Defence Sourcing Portal (link provided elsewhere in Contract Notice). The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is HIGH (Reference – 167689281). Please see DEFSTAN 05/138 for further information on Cyber Security and the Risk Profiles. The competitive procurement will be managed in accordance with the Negotiated Procedure under DSPCR 2011. The six highest scoring compliant suppliers at the PQQ stage will be taken through to the Invitation to Negotiate (ITN) phase of the competition. The full requirement will be issued in the ITN and suppliers will be given appropriate time to respond with their initial tenders. The MOD will complete a tender evaluation against the evaluation strategy detailed in the ITN. Following the evaluation of initial tenders, each tender will be ranked in accordance with the evaluation methodology with the highest scoring tenderers going through to a demonstration phase, which may include validation visits by the MOD to existing customers of the tenderer who utilise the relevant proposed solution. The MOD expects to take the three top scoring tenderers through to the demonstration phase. In the demonstration phase, demonstrations and any validation visits will be used to validate the scores given for the initial tenders, and those scores may be adjusted to take into account the demonstration and any validation visits. Tenderers who have been unable to show during the demonstration phase that they meet the MOD’s mandatory requirements for the solution will be rejected. The MOD expects to progress to negotiation with the three highest scoring tenderers following the demonstration phase. Upon completion of the negotiations, tenderers will be invited to submit final tenders; these final tenders should take into consideration the issues discussed at the negotiation. A final evaluation will be undertaken by the MOD and the contract awarded against the evaluation methodology. The MOD intends to utilise a Most Economically Advantageous Tender (MEAT) methodology to award the contract. The MOD reserves the right not to proceed with the negotiation phase of the tendering process and proceed directly to contract award with the tenderer who submits the best compliant tender in accordance with the published award criteria. The MOD reserves the right to cancel the competition at any stage with no liability for tenderer costs and expenses. You may express your interest in this requirement by completing the Pre-Qualification Questionnaire (PQQ) found at the DEEAMS project Opportunities Notice no later than 17 April 2023. A link to this is provided elsewhere in the Contract Notice.
Timeline
Publish date
a year ago
Close date
12 months ago
Buyer information
Ministry of Defence
- Contact:
- Nick Clarke, attn: Clarke Nick
- Email:
- nick.clarke425@mod.gov.uk
Explore contracts and tenders relating to Ministry of Defence
Go to buyer profileNotice topics
Source
"Find-a-Tender"To save this opportunity, sign up to Stotles for free.
Save in appTender tracking
Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.
Proactive prospecting
Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.
360° account briefings
Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.
Collaboration tools
Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.
Explore similar tenders and contracts
Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.
- Openclosing
Enquiry Control and Utility Asset Management System
firmus energy (Distribution) Ltd500,000 GBPPublished 3 days ago
- Openclosing
Continuing Healthcare Digital End-To-End Person Management System for NHS Somerset Integrated Care Board
NHS Somerset Integrated Care Board800,000 GBPPublished 20 days ago
- Openclosing
Continuing Healthcare Digital End-To-End Person Management System to NHS Somerset Integrated Care Board
NHS South, Central and West Commissioning Support Unit800,000 GBPPublished 20 days ago
- Openclosing
Managed Detection and Response (MDR)
Satellite Applications Catapult LtdPublished a month ago
- Closed
Medicines Information Solution and Drugs Tool
NHS Wales - Shared Services Partnership1,436,664 GBPPublished a month ago
Explore other contracts published by Ministry of Defence
Explore more open tenders, recent contract awards and upcoming contract expiries published by Ministry of Defence.
- Openclosing
PROCUREMENT OF ELECTRO-MAGNETIC COUNTER SMALL UNCREWED AIR SYSTEM DEFEAT AND/OR DETECT SYSTEMS (AND ASSOCIATED SYSTEMS)
Ministry of DefencePublished a day ago
- Openclosing
The provision of replacement parachute components for JSPCW over the next 5 years - 2
Ministry of DefencePublished a day ago
- Openclosing
711279452-Electro-Magnetic Defeat and Detect Framework
Ministry of Defence19,375,000 GBPPublished a day ago
- Openclosing
The provision of replacement parachute components for JSPCW over the next 5 years - CF
Ministry of Defence336,594 GBPPublished 2 days ago
Explore more suppliers to Ministry of Defence
Sign upExplore top buyers for public sector contracts
Discover open tenders, contract awards and upcoming contract expiries of thousands of public sector buyers below. Gain insights into their procurement activity, historical purchasing trends and more.
- A2Dominion Housing Group Limited
- Donegal Education and Training Board
- RSPB
- GEM CSU
- Tourism Ireland Ltd
- Hampshire Hospitals NHS Foundation Trust
- Council for the Curriculum, Examinations and Assessment
- Valley Invicta Academies Trust
- Staffordshire Housing Association
- Dodington Parish Council
- St Olave's and St Saviour's Grammar School
- RENDLESHAM PARISH COUNCIL
- Belfast Royal Academy
Explore top sources for public sector contracts
Stotles aggregates public sector contract data from every major procurement data source. We ingest this data and surface the most relevant insights for our users. Explore our list of public sector procurement data sources below.