Stotles logo
Awarded

ICT Complex Project Management Services for Navy Command (704332450)

Published

Supplier(s)

Carbon60 Ltd

Value

1,090,675 GBP

Description

Summary of the work Programme Management across a full spectrum of digital programmes and projects delivering digital outcomes that enable current and future information-based capabilities supporting Navy Command Information, MoD and HMG defence and national security outputs. Expected Contract Length 21 months with an option to extend by up to 25% either by time, cost or both. Latest start date Monday 1 August 2022 Budget Range It is estimated that the work can be delivered within the budget of £1.1M for a period of 21 months including all relevant T&S for which the authority expects in the order of 1540 days of service provision throughout the 21 month period. This budget includes £30K for travel and should not be included in the bid cost. Why the Work is Being Done Navy Command - Navy Digital requires a digital complex projects provisioning service to support delivery of digitally focused maritime capability Problem to Be Solved Provide digital programme management for programmes and projects assigned by the Authority to deliver information effects in the maritime environment specifically Maritime Digital Transformation (DT), and including business and operational network architecture, bearer systems, IT systems and applications including those for Command and Control (C2). All aspects of ICT and associated engineering governance, information assurance, engineering standards and ICT security as applied to Naval and maritime data and information systems. Who Are the Users Navy Command - Navy Digital CDIO, executive teams, desk officers, delivery teams. Provide capability management of supported systems and capabilities for the Royal Navy. Provide digital solutions for unsupported capabilities for the Royal Navy. Early Market Engagement It is expected that this service can be provided by a single supplier with experience in MoD/UK Gov ICT support and digital delivery activities. Existing Team There is mixture of RN Service, Civil service and contractors for several other suppliers contributing to this Programme of Work. This service will be expected to integrate with, support and draw upon this existing team to deliver this service. Current Phase Live Skills & Experience • Ability to understand complex C5ISR user and operational issues and provide options for resolution across a multi-stakeholder digital based environment spanning MOD, PAGs, and collaberative partners. • Demonstrate the ability to prioritise capability requirements, delivery and resources. Understanding the need to deconflict activities while minimising operational and other impacts. • Experience in C5ISR programme/project management across a spectrum of digital capabilities to deliver outcomes that enable current and future information-based capabilities supporting RN/RM, MoD, HMG defence and national security outputs. • Experience delivering C5ISR/ICT digital programmes and projects in a complex maritime environment and across the Defence Lines of Development (DLODs). • Experience providing Enterprise/Solution Architect outcomes designing digital/C5ISR solutions to meet user requirements using current and next generation digital technologies and resources. • Contribute to and deliver High Level Design (HLD) solutions for digital outcomes ensuring that all relevant lines of development are considered. • Experienced in application of MoD standards for ICT, information security, digital design, delivery, compliance, safety, maritime integration, and operations. • Demonstrate knowledge, skills, and experience in managing digital/C5ISR services and their interdependent activities to enable naval and maritime outputs. • Evidence of delivery of complex digital programmes and projects to the vision and to time, cost, and quality and across the Defence Lines of Development (DLODs). • Demonstrate an understanding of UK Government Departments and MoD structures and policies as they relate to the digital and information outcomes in the maritime domain. • Experience of programme management of complex software change activities at the organisational level and into ships/submarines and operational units. • Experience project managing the requirements capture and installation of fixed based ICT infrastructure into Naval and military establishments and sites delivering infrastructure capability at OFFICIAL through to ABOVE SECRET. • Experience delivering OFFICIAL through to ABOVE SECRET UK National, NATO and coalition digital and cloud-based Command and Control solutions in the maritime deployed environment to support RN final outputs. • Experience transforming and rationalising data hosting capabilities to deliver Infrastructure as a Service (IaaS) to support RN final outputs at OFFICIAL through to ABOVE SECRET. • Demonstrate experience defining maritime / littoral digital and cloud-based project requirements, gaining BC approval, and delivering to time, cost, and quality. • Experience getting C5ISR digital/Cloud-Based OFFICIAL through to SECRET solutions through key approval stages, Authority to Test (AtT), Interim Authority to Operate (IATO) and Authority to Operate (ATO). • Demonstrate an understanding of the nuclear assurance process and the relevant stakeholder community. • Demonstrate an understanding of how to manage the safe delivery of C5ISR/ICT capabilities into a nuclear authorised site or platform. Nice to Haves • The service should have experience delivering project and programme management to recognised standards. • iThe service should have experience project managing enterprise digital solutions into the UK Defence environment. • Experience representing RN/Maritime digital capability requirements into MoD Joint and Single Service programme/project boards to ensure enterprise level digital solutions meet RN/Maritime specific environmental and ship/submarine platform requirements. • Demonstrate experience delivering Digital applications meeting legal and accreditation requirements for ships and personnel operating in compliance with the UK Merchant Shipping Acts. Deploying in both head-office and afloat environment. • Demonstrate ability to represent RN/Maritime stakeholder interests at national and international meetings/forums where exploitation of information and data is discussed in support of RN output and UK national security objectives • Demonstrate understanding of HMG maritime security strategy policy, and how through the exploitation of information and data HMG and MoD maritime and security outcomes delivered • Experience of cyber and security risk assurance assessment activities based on HMG policy in line with cabinet office procedures and the Cyber Essentials protocols • Experienced in application of MoD standards for ICT, information security, digital design, delivery, compliance, safety, maritime integration, and operations • Experience providing services using registered Chartered Engineers • Experience of maritime digital and ICT installation, commissioning, assurance and acceptance and the related engineering and information compliance activities • Experience with the maritime development, delivery, and management of Information Exchange Requirements (IER) as part of generating naval ships and platforms for operations • Experience of costing digital services, budgeting, and budget planning in relation to digital and information requirements • Experience of maritime warfare and operations and its dependence on information and digital services • Experience developing and translating digital outcomes and structuring as requirements for delivery • Experience developing and translating digital outcomes and structuring as requirements for delivery • Experience managing teams delivering digital maritime engineering outcomes as head of department with charge responsibility in a complex sea-going or similar role • Experience of maritime digital and ICT installation, commissioning, assurance and acceptance and the related engineering and information compliance activities • Experience with maritime combat system design, sensor integration and data capture, process, and digital information exchange Work Location Based in NCHQ Whale Island, Portsmouth. Remote. Some overseas travel, all task dependent. Working Arrangments This service will be working in a team with stakeholders from within Navy Command, MoD, and other government departments to deliver capability outcomes in support of MoD and HMG national security objectives. The work will predominately be based at NCHQ, however the service deliverables will direct where tasks are carried out, and travel will be required where necessary. Security Clearance MoD approved SC and DV is required at contract start for all personnel assigned to this service. Additional T&Cs All expenses (T&S) must be pre-agreed between the parties and must comply with the MoD Travel and Subsistence (T&S) Policy. All suppliers are obliged to provide sufficient guarantees to implement appropriate technical and organisational measures so that the processing meets the requirements of GDPR and ensures the protection of the rights of data subjects. For further information please see the Information Commissioner's Office website https://ico.org.uk/for-organisations/data-protection-reform/overview-of-the-gdpr/ No. of Suppliers to Evaluate 3 Proposal Criteria • Demonstration of how the supplier will plan and deliver (including the approach and methodology) the core outcomes and deliverables as specified in the SoR (25/70) • Technical experience of the assigned workforce and team structure (20/70) • Risks, dependencies, and mitigation (5/70) Cultural Fit Criteria • Work as a team with our organisation and with other government organisations • Be transparent and collaborative when making decisions • Share knowledge and experience with other team members • Able to work with stakeholders with mixed/low technical expertise • Consider equality & inclusion in the provision & operation of services, including a workforce that is representative of the communities we serve, where relevant and proportionate Payment Approach Capped time and materials Assessment Method Work history Evaluation Weighting Technical competence 70% Cultural fit 10% Price 20% Questions from Suppliers 1. Is there an incumbent supplier in the role. No, there is not an incumbent delivering this requirement at this time, it is a new outcome. 2. How will T&S be charged and payments made throughout the contract The contract value will include up to £30K of T&S to be invoiced as actuals in line with MoD T&S ratesThe £30K for T&S is not to be included within the bid tender.Foreign travel will require Authority approval before these costs are met. T&S throughout the contract will be limited to a maximum liability of £30K.The service delivery will be receipted and invoiced in arrears via C,P&F and EXOSTAR using the method of Capped time and materials. 3. Will this be assessed as inside IR35 It is not expected that IR35 will apply. An assessment will be made after the winning supplier has been selected. 4. Is there a Cyber Risk Assessment The Cyber Risk Level is very low. Suppliers that are down selected will be required to complete a SAQ. 5. Would you accept a DV cleared candidate Yes, we would accept a candidate with a DV. 6. Will there be any performance indicators within the contract If Performance indicators are required, these will be advised following down-selection 7. How will tender submissions be evaluated - 1 At stage 1, each tenderer will be evaluated and allocated 0 (Not Met), 1 (Partially Met), 2 (Met) or 3 (Exceeded) against their responses to each of the essential and nice to have criteria. The points awarded for each criteria will be added together to give the total stage 1 technical evaluation points.The Authority reserves the right to consider tenderers non-compliant if their points are below 2 on any criteria. Non-compliant tenderers will be excluded from the competition. 8. How will tender submissions be evaluated - 2 Tenderers with the three highest total technical evaluation points from stage 1 evaluation will be down selected and invited to take part in stage 2.Stage 2 will be scored using the following weighting: Technical competence 70%. Cultural fit 10%. Price 20%.Each tenderer will be evaluated and allocated 0 (Not Met), 1 (Partially Met), 2 (Met) or 3 (Exceeded) against their responses to proposal and cultural criteriaThe submitted proposals and work histories will form the basis of the evidence for technical evaluation during stage 2. 9. How will tender submissions be evaluated - 3 The Technical Competence aspects of the proposal will be scored out of 70. This will be broken down as follows: Stage 1 relative score – 10 maximum scoreProposal criteria - Demonstration of plan and delivery - 25 maximum scoreProposal criteria - Technical experience - 20 maximum scoreProposal criteria - Risks, dependencies and mitigation - 5 maximum score 10. How will tender submissions be evaluated - 4 For stage 1 relative score, tenderers total score from must and like to have criteria will be carried through as a percentage of the maximum score that was available at stage 1. The maximum score would receive 10 (for example, if a tenderer scored 70 out of 100 at stage 1, they would be given 7 in stage 2) 11. How will tender submissions be evaluated - 5 For the proposal criteria, tenderers will receive a percentage of the maximum available for each criteria based on their points for each criteria. 3 points on a criteria would result in the maximum score available for that criteria (for example, if a criteria maximum score is 30 and a tenderer is awarded 2 points, they would be given 20 for this criteria).The scores awarded for stage 1 relative score and each proposal criteria will be added together to give a total technical score. 12. How will tender submissions be evaluated - 6 Tenderers will provide a cultural fit statement to show how they will meet each of the cultural fit criteria. The points awarded for each criteria will be added together to form the total cultural evaluation points. The total cultural points will be divided by the maximum available cultural points and multiplied by the cultural criteria weighting. This will give the cultural score.(For example, if tender has 20 points, the maximum points available was 25 and the cultural weighting is 10, the cultural score will be 8 (20/25 = 0.8 x 10 = 8) 13. How will tender submissions be evaluated - 7 Tenderers will provide a total price for delivery of all services for the duration of the contract.The lowest compliant pricing figure will be divided by the tenderers pricing figure and multiplied by the financial criteria weighting. This will give the financial score.(For example, if the lowest price was £1000, the tenderers price was £2000 and the financial weighting is 20, the financial score will be 10 – 1000/2000 + 0.5 x 20 = 10)Only compliant tenders will be scored. The tenderer that receives the highest combined technical, cultural and financial scores will be the winning tenderer. 14. There appears to be a duplicate nice to have criteria - Experience developing and translating digital outcomes and structuring as requirements for delivery - is this intentional and how should tenderers answer This was duplicated in error. Tenderers should provide the same answer for both response entries. For the second duplicated criteria response, all tenderers will be assessed with a score of 2 regardless of the actual score received for the first correct response to the criteria. This is to ensure no tenderer is penalised or benefits from this duplication. 15. How will tender submissions be evaluated - 3 (CORRECTED - Totals at CQ9 were incorrect and and are now corrected. These figures should also be read as the correct figures for the proposal criteria section - Actual proposal criteria remain the same) The Technical Competence aspects of the proposal will be scored out of 70. This will be broken down as follows:Stage 1 relative score – 10 maximum scoreProposal criteria - Demonstration of plan and delivery - 30 maximum scoreProposal criteria - Technical experience - 25 maximum scoreProposal criteria - Risks, dependencies and mitigation - 5 maximum score 16. Nice to Have Skills & Experience. This question is duplicated:Experience of maritime digital and ICT installation, commissioning, assurance and acceptance and the related engineering and information compliance activities This was duplicated in error. Tenderers should provide the same answer for both response entries. For the second duplicated criteria response, all tenderers will be assessed with a score of 2 regardless of the actual score received for the first correct response to the criteria. This is to ensure no tenderer is penalised or benefits from this duplication 17. Duplicate question. The following question appears in the essential and the nice-to-have criteria:Experienced in application of MoD standards for ICT, information security, digital design, delivery, compliance, safety, maritime integration, and operations. This was duplicated in error. Tenderers should provide the same answer for both response entries. For the second duplicated criteria response (in nice to have), all tenderers will be assessed with a score of 2 regardless of the actual score received for the first correct response to the criteria (in essential). This is to ensure no tenderer is penalised or benefits from this duplication. 18. Tender evaluation suggests that 10% will be carried forward from Stage 1. Please advise how you will deal with decimal points. E.g. should we score 72 out of 108 we will score 66.7% at Stage 1. Will this be taken forward to Stage 2 as 6.67%? Yes that is correct. 19. Authority has specified “MoD approved SC and DV is required at contract start for all personnel assigned to this service.” please confirm this means a mix of SC and DV cleared personnel and not that all personnel must have SC and DV clearance? All personnel will require SC by contract commencement date.It is not mandatory for every person to hold DV clearance, there will be elements of the requirements that require DV clearance so suppliers will need to ensure they have sufficient personnel with DV clearance in order to deliver those requirements.

Timeline

Publish date

2 years ago

Award date

2 years ago

Buyer information

Explore contracts and tenders relating to Ministry of Defence

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender 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.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore other contracts published by Ministry of Defence

Explore more open tenders, recent contract awards and upcoming contract expiries published by Ministry of Defence.

Explore more suppliers to Ministry of Defence

Sign up