Stotles logo
Awarded

NAVY DIGITAL IN-SERVICE CAPABILITY MANAGEMENT SERVICE (ND-0287)

Published

Supplier(s)

Carbon60 Ltd

Value

2,707,240 GBP

Description

Summary of the work "This capability management service is required to support Defence C4 activities in the maritime domain. The Requirement is to deliver the following functional outcomes: - 1 – In-Service Capability Management (ISCM) 2 – Transition New Capability into ISCM 3 – Project Management support 4 – Service Management " Expected Contract Length 24 Months with the option to extend by up to 25% of both time and cost Latest start date Saturday 1 April 2023 Budget Range The budget for this service is a maximum £3,333,333 Ex VAT for a period of 24 months including all relevant T&S for which the authority expects in the order of 4840 days of service provision. This budget includes £25K for travel and should not be included in the bid cost, therefore the maximum bid cost should not exceed £3,308,333 Ex VAT (£3,333,333 - £25,000 = £3,308,333) Why the Work is Being Done Navy Digital require a digital technical service to deliver management of in-service military/maritime Command, Control, Communications and Computers (C4), fixed and deployed telecommunications, communication information systems and cloud-technology capabilities; across the whole of the Navy’s force elements, ships, submarines, aircraft and Royal Marines and the interface/junction of these services into the Navy Command estate, including Naval Bases and all RN/RM establishments including Air Stations; incorporating capabilities across all three security domains. Problem to Be Solved Navy Digital must ensure that the systems, capabilities, and services across the breadth of its portfolio remain relevant and compliant. The service required is specifically in-service capability management to support Maritime C4 capabilities. The service will deliver ISCM across Navy Digital’s maritime C4 portfolio to support current, legacy and emerging capabilities. The service must be flexible and agile to support the changing RN needs. The provision of the service is in-line with the Navy Command transformation plan and complies with the Royal Navy’s Digital Strategy and whole force approach. Who Are the Users Navy Command. Navy Digital CDIO, and head of C5ISR capability management pillar. Existing Team The Navy Digital team is a blend of Naval/Military and MOD civilian personnel with contracted specialist technical services. This service willl be expected to integrate and collaborate fully with the wider Navy Digial Team, as well as liaise and engage closely with Defence Support Organisations and relevant industrial suppliers. Current Phase Live Skills & Experience • Demonstrate experience managing in-service military maritime C4 capabilities in support of maritime operational outputs • Demonstrate experience of transitioning military maritime C4 capabilities into service. • Demonstrate experience of providing project management services that successfully deliver military maritime C4 capabilities into naval ships, submarines, and other maritime operational locations. • Have the ability to understand, interpret and validate complex military maritime C4 capability requirements and deliver through-life capability management plans. • Demonstrate experience generating Statements of Requirements and Statements of Work to deliver and enable military capabilities into Naval ships and submarines. • Demonstrate experience in Risk management and Risk mitigation strategies for the delivery of C4 systems and capabilities. • Confirm that all personnel will have SC and at least 60% will have DV at the start of the contract. Nice to Haves • Demonstrate experience of producing Business Cases and achieving relevant MoD approvals to deliver and enable C4 capabilities. • Demonstrate experience of developing and understanding costs and costing of C4 capabilities as part of capabilitiy management within MoD, as part of the annual budget cycle. • Demonstrate experience of managing the engineering / business processes for C4 capability insertions into Naval ships and submarines. • Demonstrate experience of managing military maritime Command and Control systems and capabilities that process information across all classifications from Official to Above Secret, including multi-national caveats. • Demonstrate experience of managing military maritime radio and communication systems and capabilities operating in the HF/VHF/UHF bands, including tactical C2 radio systems. • Demonstrate experience in the application of MoD policy and processes which impact the through-life management and security of military maritime C4 capability e.g., JSP604, JSP440, & JSP441. • Demonstrate experience of managing military maritime high grade messaging systems and capabilities. • Demonstrate experience of managing cryptographic systems and their integration into military maritime C4 systems and networks. • Demonstrate experience of managing military / commercial maritime satellite communication systems, capabilities and bandwidth. • Experience of developing and maturing scalable and flexible Digital Enterprise Architecture and end-to-end design for military maritime communication networks. Work Location Principally centred in Navy Command Headquarters, Portsmouth. Task dependant travel to other MOD sites and elements of overseas travel may be required. Working Arrangments The work will predominately be based at NCHQ, which should be considered as the default working location, however the service deliverables will direct where tasks are carried out, and travel will be required where necessary. Flexible working arrangements are possible however system classification and operational need will dictate work locations. Security Clearance SC is the minimum requirement and must be in place at the contract start. However, where supplier’s personnel will be handling Above Secret information and material they must hold a DV. It should be assumed that at least 60% of the service delivery will require personnel with DV Clearances. 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 • Technical Competence (70 marks) broken down into: • A. Stage 1 relative score (10), • B. Approach and Methodology - how the solution meets the SOR (20), • C. Demonstrate relevant skills and experience, and a suitable team structure and composition (10), • D. Understanding of the outcome delivery risks, dependencies, assumptions and mitigations (5), • E. Demonstrate how the service will evolve and innovate to ensure optimisation of outcome. (5). • F. Within the scope of the service demonstrate the ability to flex and respond to changing priorities and demands. (10) • G. Demonstrate experience delivering relevant services previously. (10) (written proposal - 2000 words max, plus Work Histories for key roles - 500 words max) • Cost. (Overall price) (20 marks) - (Financial proposal must be separate to the written proposals) • Cultural Fit/Social Values (10 marks) - 100 words max per criterion Cultural Fit Criteria • Work as a team with our organisation and with other government organisations. (2) • Be transparent and collaborative when making decisions and have a no-blame culture and encourage people to learn from their mistakes. (2) • Share knowledge and experience with other team members. (2) • Able to work with stakeholders with mixed/low technical expertise. (2) • Consider equality & inclusion in the provision & operation of services, including a workforce that is representative of the communities we serve, where relevant and proportionate. (2) Payment Approach Capped time and materials Assessment Method Work history Evaluation Weighting Technical competence 70% Cultural fit 10% Price 20% Questions from Suppliers 1. How will T&S be charged and payments made throughout the contract? "The contract value will include up to £25K of T&S to be invoiced as actuals in line with MoD T&S ratesThe £25K for T&S is not to be included within the bid tender.Foreign travel will require Authority approval before these costs are met.The service delivery will be receipted and invoiced in arrears via C,P&F and EXOSTAR using the method of Capped time and materials." 2. 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. 3. 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. 4. Is there an incumbent supplier in the role? Yes, there is an incumbent delivering this requirement at this time. 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 Yes, there will be performance indicators, these will be advised following down-selection 7. How will initial tender submissions be evaluated ( part 1) Each tenderer will be evaluated and allocated score of 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 technical evaluation points. 8. How will initial tender submissions be evaluated (part 2) The Authority reserves the right to consider tenderers non-compliant if their score is below 2 on any criteria. Tenderers may also be considered non-compliant if their proposed start date is after the required start date, if their day rate is above the stated budget or fail to meet submission deadlines. Non-compliant tenderers will be excluded from the competition and their total technical evaluation points will be 0. 9. How will initial tender submissions be evaluated (part 3) Tenderers with the three highest total technical evaluation points from this evaluation will be down selected and invited to take part in stage two. 10. How will final tender submissions be evaluated after initial down selection The submitted proposals and work histories will form the basis of the evidence for selection during the final tender and will be scored using the following weighting: Technical competence 70%. Cultural fit 10%. Price 20%.

Timeline

Publish date

a year ago

Award date

a year 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