CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

Notice Type:MOD Contract Notice

GB-Corsham: SKYNET SERVICE DELIVERY WRAP
Region Codes: UKK

Section I: Contract Title
1. Contract Title: GB-Corsham: SKYNET SERVICE DELIVERY WRAP
2. Section (DIO only):

Section II: Identification Numbers
1. MOD Contract Notice Nr: 700009125

Section III: Relevant Dates
1. Deadline for Expression of Interest: 20/12/2019
2. Proposed/Estimated ITT Issue Date: 02/03/2020
3. Proposed/Estimated ITT Return Date: 03/05/2021
4. Proposed Issue Date of Contract: 01/09/2021
5. Proposed Completion Date of Contract: 31/08/2027

Section IV: Issuing Branch / Organisation Details
1. Notice Address
Ministry of Defence, Information Systems and Services, Networks Team
Building 405, Spur C2, MOD Corsham, Westwells Road, Corsham, SN13 9NR, United Kingdom
Tel. 0306 770 1009, Email: ISSDev-Net-FBLOS-SDW-GrpMailbox@mod.gov.uk
Contact: Gill Peacock, Attn: Gill Peacock

Section V: Product / Service Descriptor Code
1. Industry Codes:
32531000 – Satellite communications equipment.

32533000 – Satellite earth stations.

32530000 – Satellite-related communications equipment.

Section VI: Summary of Requirements / Description of Work, Goods and Services
1. Summary of Requirements / Description of Work: Satellite communications equipment. Satellite earth stations. Satellite-related communications equipment. SDW is a Category A procurement within the SKYNET 6 Project. It will replace the current Skynet 5 contract which currently delivers Beyond Line of Sight (BLOS) SATCOM services until its expiry in August 2022.
The SDW supplier is required to deliver an uninterrupted service from the perspective of the end user: this must include a seamless transition from the current contract to the new SDW contract.

The SDW is a complex requirement: the main elements are:
• Space Operations: Operating and managing the SKYNET spacecraft.
• Ground Operations: Managing the SATCOM and Ground Communication Network by delivering services and real time network operations that include service planning and configuration, asset management, facilities management, performance management, and customer support.
• Refreshing end-of-life or obsolete ground assets transferred from the PFI through costed proposal, asset replacement, supply chain and procurement management, whilst demonstrating value for money.
• Transition from the current Skynet 5 PFI contract to the new SKYNET SDW contract within the required timeframe whilst maintaining extant operational services.
• Supporting international and commercial collaboration in delivering SATCOM services which helps the MOD build resilience into the SKYNET system.
• The introduction of improved processes, cost saving opportunities, new technologies and services that provide benefit and value for money to the MOD.
2. Main Place of Performance or Delivery: SOUTH WEST (ENGLAND)
3. Can a supplier bid alone for only a part of the contract?: No
Section VII: Reverse Auction
1. Reverse Auction: No. A Reverse Auction, conducted using electronic means, will not be used as part of the procurement process for this requirement.

Section VIII: Estimated Value of Requirement
1. Estimated Value of Requirement: Category A: 400M GBP and above

Section IX: QA Standards
1. QA Standards: Other
2. If Other please specify: AQAP 2110 Edition D Version 1 NATO Quality Assurance Requirements for Design, Development and Production
Section XII: Additional Information
1. Additional Information:
Scope:
The term of the SDW contract will be for 6 years, with the possibility of extending the term utilising up to two, separate, one-year options. The term will include a mobilisation period, prior to the operational phase, to allow a smooth transition from the incumbent to the new supplier.

Exemption and security requirements relating to the procurement:
This procurement is exempt from the application of the Public Contracts Regulations 2015 (PCR) and the Defence and Security Public Contracts Regulations 2011 (DSPCR) pursuant to Regulation 7(1)(a) of the DSPCR and Article 346(1)(a) of the Treaty on the Functioning of the European Union, in order to protect UK essential security interests. The obligations, rights and remedies under the PCR and/or DSPCR therefore do not apply to this procurement.
Accordingly, participation in the procurement is also subject to certain security requirements. Without limiting the security conditions set out in the Pre-Qualification Questionnaire (PQQ) or the Security Aspects Letter (SAL), a potential supplier will need to meet UK Government security and information handling requirements in accordance with the Government Security Classifications Policy (described further below) and the overarching HMG Security Policy Framework Members of a potential supplier’s bid team will also be subject to certain security clearance requirements, including (in the case of members of the bid team who will access certain classified materials) requirements relating to nationality and holding a valid UK Government security clearance. In order to receive and respond to the Invitation to Negotiate (ITN), Bidders will be provided with accredited ICT for processing of information at Official-Sensitive. Further information will be set out in the PQQ. Information about the types of personnel security clearance and the process for obtaining these can be found at www.gov.uk/government/publications/hmg-personnel-security-controls

Security:
Delivery of the SDW services will require the supplier to process, store and transmit classified Authority information, up to and including information classified at SECRET UK Eyes Only. Without limiting the SAL, a contract will not be awarded in respect of this procurement for the provision of the SDW services unless, at contract award:
(a) the successful supplier’s contracting entity is:
(i) registered and operating in the UK;
(ii) an operator of a facility with List X status, or that holds provisional List X status that has reached a level of maturity such that List X status can be achieved immediately following receipt of a contract (further information on List X status available at www.gov.uk/government/publications/security-requirements-for-list-x-contractors);
(iii) an entity with at least 50% of its directors (or equivalent) who are both UK nationals and resident in the UK.
(b) where required by the SAL, members of the successful supplier’s personnel who will be involved in the provision of the SDW services are:
(i) resident in the UK;
(ii) a UK national (and, if designated as one of the roles detailed in the SAL, not a dual-national); and
(iii) a holder of Security Check (SC) or Developed Vetting (DV) clearance (as applicable).
Where a potential supplier of SDW services intends to draw on the capability of more than one party, those other parties (including any of their personnel) will also need to adhere to the SAL provisions.
The cyber risk level of the contract has been assessed as “HIGH”, in accordance with the Defence Cyber Protection Partnership Cyber Security Model (Def-Stan 05-138), Reference RAR-BFWD3U3U

Confidentiality Requirements:
In order to effectively manage the security interests during the procurement process the Authority will require interested suppliers to enter into a Non-Disclosure Agreement (NDA) prior to receiving access to the PQQ (the PQQ provides additional information about SDW services and the procurement).
The NDA template can be accessed by emailing ISSDev-Net-FBLOS-SDW-GrpMailbox@mod.gov.uk. The terms of the NDA are non-negotiable.
The process for entering into the NDA is as follows:
• Suppliers are to register their interest by personally signing (digital signatures will not be accepted) a copy of the NDA and returning:
o an electronic, scanned copy of the signed NDA by e-mail to gill.peacock596@mod.gov.uk (cc’ing ISSDev-Net-FBLOS-SDW-GrpMailbox@mod.gov.uk); and
o the original signed hard copy of the NDA to the postal address at section 2 above.
• Upon receipt of an acceptable electronic copy of the signed NDA, the Authority will issue an AWARD account (one license per company) to enable the supplier to access the PQQ (together with other supporting documentation) when they are released.
• Following receipt of the original signed hard copy, the Authority will countersign and return the NDA to the supplier by post to the address provided by the supplier.
• After gaining access, the supplier is to complete the PQQ in accordance with the instructions set out therein.
Any questions regarding this process are to be submitted via e-mail to ISSDev-Net-FBLOS-SDW-GrpMailbox@mod.gov.uk

Other Information:
The only acceptable method for applying to participate in the procurement is by submitting a PQQ response into the AWARD tool having first completed and returned the NDA (as set out above).

The PQQ and any other supporting documentation is intended to be released at 10:00Hrs on 14 November 2019, via AWARD.

The deadline for submission of completed PQQs is 13:00Hrs on 20 December 2019.

Any clarification questions which a supplier may have in relation to the PQQ will be managed in accordance with the process (including timescales and deadlines) set out within the PQQ.

Details regarding how selection will be made as to which parties will be invited to participate in the next stage will be set out within the PQQ.

At the date of this Contract Notice, the Authority intends to select up to a maximum of four bidders to participate in the next phase of the procurement.

Interested parties should note that specific elements of information held within the Data Room may be subject to the United States Government’s (USG) International Traffic in Arms Regulations (ITAR). In order that suppliers will be able to access this data, the names and addresses of all relevant suppliers (as identified within the signed NDAs) will be submitted by the Authority to the US State Department for inclusion on relevant Technical Assistance Agreements.

Although Section 3 of this Contract Notice states “ITT” the Authority will be using a negotiated process, with iterative tender submissions and a final (priced) bid anticipated to be due for return in May 2021. Further details of this process will be contained within the PQQ.

Suppliers interested in working with the MOD should register on its Supplier Information Database (SID), available at www.contracts.mod.uk. The SID is a catalogue of potential suppliers available to all MOD procurement staff, and is the main supplier database used by MOD. Please note that the registration and publication of a company profile on the SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for a contract opportunity must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions in the contract notice.
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise.

Advertising Regime DCB:- These contract opportunities are published on mod Contracts Online and in the MoD Defence Contracts Bulletin.


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 6, 2024

Supply of UV Lamps for NDTE Aircraft Inspection & Maintenance Support

Type of document: Contract Notice Country: United Kingdom 1. Title: SUPPLY OF UV LAMPS FOR NDTE AIRCRAFT INSPECTION & MAINTENANCE SUPPORT 2. Awarding

May 6, 2024

Request for Information (RFI) - Operate, Maintain & Sustain the Solid-State Phased Array Radar at RAF Fylingdales - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: Request for Information (RFI) – Operate, Maintain & Sustain the Solid-State Phased