Type of document: Contract Notice
Country: United Kingdom
1. Title: SUPPORT FOR MARITIME SECRET & ABOVE SECRET OPERATIONAL ICT DOMAINS (MOSASD)
2. Awarding Authority: Navy Command, Ministry of Defence ( MOD), GB. Web:
3. Contract type: Service contract
4. Description: Provision of a team to support maritime operational secret and above secret domains (MOSASD).
5. CPV Code(s): 72000000, 72700000, 72260000, 72261000
6. NUTS code(s): UKJ, UKI, UKI3, UKI32
7. Main site or location of works, main place of delivery or main place of performance: Location South East England
Address where the work will take place The core activities will take place at Navy Command MCSU PORTSDOWN, Portsmouth with a small team located at NORTHWOOD Network Operations Centre, Northwood, Middlesex. There is an overriding requirement to provide support to ships and submarines wherever this is needed, world-wide.
8. Reference attributed by awarding authority: Not provided.
9. Estimated value of requirement: Budget range We anticipate a steady state set of activities that will mean that a team of around 21-25 specialists of varying skill sets will be required, at a cost of c£2.95m/year (+VAT) including all T&S, billed as actuals in line with MoD T&S rates. Foreign travel will require Authority approval before these costs are met. Further details of the service deliverables/volumes and KPIs will be provided to down-selected suppliers, to support pricing, when proposal and work history are requested.
10. Closing date for applications 24.11.2021 (11:59 pm).
11. Address to which they must be sent: For further information regarding the above contract notice please visit
12. Other information: Deadline for asking questions Wednesday 17 November 2021 at 11:59pm GMT
Off-payroll (IR35) determination Contracted out service: the off-payroll rules do not apply
Latest start date Sunday 1 May 2022
Expected contract length 18 months with an option to extend by 25% of either time, cost or both
About the work
Why the work is being done Maritime digital secure services are complex and constantly evolving to meet the needs of the ever-changing real-world maritime environment. This results in a series of networks that are technically challenging, comprising many components across a number of fixed and mobile locations. A support arrangement that can deal with this is required to maintain essential operational outputs. Navy Command is looking for a single supplier to provide a managed service to support these capabilities.
Problem to be solved Navy Command requires a full support arrangement for the Maritime Operational Secret and Above Secret ICT Domains deployed both ashore and afloat, in Ships and Submarines including hardware, software, and mission configurable elements – hereafter referred to as the MOSASD. The full support requirement includes first, second and third-line support, defect repair onsite if needed, routine upgrades, technical refresh and temporary/permanent decommission of systems. MOSASD and all related components comprising of this are to be considered GFE for the purposes of this support arrangement.
Who the users are and what they need to do As the Navy Command Capability Manager, I need to have a fully supported set of multi security domain information services so that ships and submarines can undertake mission activities securely.
As a domain System Manager, I require assistance with defect management and routine updates and upgrades so that I can provide the availability of the domains on my ship and in my shore base to support Navy Command mission outputs.
Early market engagement The RN is global in reach and currently operates regularly in a number of areas world-wide – Europe and the Mediterranean, the Persian Gulf, and Falklands are examples. In addition to shore base support, UK and abroad, support will be required when alongside, in port, but this may be in an operational theatre and there are occasions when days and nights at sea are required for some Service elements. The complexity of MOSASD and in-scope (by time) future solutions, the number of concurrent support activities needed, the quantity of support demanded by the user community indicate to us that to deliver these outcomes will require 21-25 specialists on a full-time basis. Some roles will be fixed within the UK and some will be deployable. Each system will require at least one technical specialist that may be required to deploy at short notice, as short as 24hrs.
Any work that’s already been done
Existing team This Service will be working with Navy Command Service and civilian personnel, integrating with existing support arrangements to schedule work and receive notifications of defects; the Service will also work with Defence Digital (DD), and a variety of commercial delivery partners.
Current phase Live
Working arrangements The Service will need to to integrate with existing MoD personnel and processes to receive tasking direction and provide feedback. The Service will represent the RN at system review meetings, performance assessments and participate in future design activities. The Service will provide digital outcomes configured for MOSASD world-wide and there is a requirement for the Service to operate through the CONDO arrangement.
Security clearance All team members directly providing these services will require DV at contract start.
Additional information
Additional terms and conditions The skills and experience all relate to MOSASD which comprises the following current discreet systems: eJCP messaging service; RNCSS/LC2; CENTRIXS; JCDX; NSWAN (LBS); OpNET Red, Blue, Black, and XERES including BOWMAN, NAMESIS and JCVRT (ROVER 4 and 6).
All these systems are a combination of COTS ICT items, some GFE and encryption systems configured in a specific way to deliver effect. The service will need to be flexible to pick up new derivatives of these solutions as they enter service within the contract period. You must take this into account when preparing your responses.
Skills and experience
Buyers will use the essential and nice-to-have skills and experience to help them evaluate suppliers’ technical competence.
Essential skills and experience
Be able to advise system managers of all secret/ above secret domains deployed in the maritime space both ashore and afloat [MOSASD] on the operation and performance of supported systems.
Be able to provide technical guidance, advice and oversight of system installation, configuration and setting to work for MOSASD for first, second and third line support.
Be able to act as technical liaison between command battlespace and secret C2 system contractors, manufacturers and NC personnel using these systems
Be able to undertake routine backups and administration of the service desk system, maintaining relevant log files for system performance, downtime and faults.
Be able to coordinate the setting up of servers, routers and other relevant equipment required to support MOSASD.
Be able to support presentation of onboarded equipment to MCTA (HATs SATs) for installation and operation assurance and compliance.
Be able to manage the interface and processing of Formal Messages between connected systems into the multiple security domains used in maritime operational systems.
Be able to undertake routine testing of systems, and monitoring of the messaging queues, clear messages and faults as needed to maintain integrity of the messaging system provided via MOSASD.
Be able to track and manage changes to MOSASD components supported under this arrangement using MoD approved/provided asset management systems and procedures.
Contribute to the interface between MOD project teams, platform teams, establishments, units and Navy Command HQ ensuring suitable technical solutions are fit for purpose, robust and achieve VfM.
Be conversant with and provide quality assurance, security compliance and integrity for all solutions installed, provided or advised.
Demonstrate compliance with current regulations including JSP 375, 440, 602, 604 and SDIP-29 and amendments as issued from time to time.
Be able to surge to deliver significant elements of these outcomes 24 hrs a day, 365 days a year.
Qualified in SOLARIS 10, HPUX and WIN2K8+.
Be able to provide a service wrap for all specialists provided under this arrangement.
Nice-to-have skills and experience
Provide evidence delivering to ITIL standards
Provide evidence operating and supporting RN Command Support System (RN CSS) and LC2
Provide evidence operating and supporting NSWAN, LBS and Maritime Blue
Provide evidence operating and supporting CENTRIXS
Provide evidence operating and supporting JCDX
Provide evidence operating and supporting XERES mission support system
Provide evidence operating and supporting ROVER 4 and 6 systems.
Provide evidence operating and supporting BOWMAN.
Provide evidence of project management qualifications
Provide evidence of experience working on ships and submarines
Provide evidence of experience with military and commercial satcom equipment
Provide evidence of experience with thin client technology
Provide evidence of experience with virtualisation using VMWare, hyper-convergence and SAN technology
Provide evidence of experience in the use of remote desktop technology, CITRIX and VNC/RDP features to enhance remote support
Provide evidence of experience with cross boundary gateways supporting interoperability with NATO and other nations.
Provide evidence of CISCO CCNA qualifications
Provide evidence delivering at pace within operational constraints
Provide evidence of team members experience delivering alone, at reach with limited or no support
How suppliers will be evaluated
All suppliers will be asked to provide a written proposal.
How many suppliers to evaluate 3
Proposal criteria
Technical Competence (70% overall) comprises: Technical Solution, Approach and methodology, Accuracy, and Risk.
Technical solution (45%). This will be assessed from the proposal and work histories evidencing the details included in the statements made towards meeting essential and desirable criteria, weighted accordingly.
Approach and methodology (10%). This will be assessed using the 3 sides of previous history and the overall solution outlined in the proposal.
How accurately the solution meets the requirement (10%). This will be assessed from all information provided during whole bid process.
Approach to risk management/mitigation (5%). This will be assessed from the 3 sides of previous history and the proposal.
Cultural fit/Social Values (max 100 words description for each criteria) will be assessed on the quality of these statements provided with proposal. (10%)
Price. MEAT. (20%)
Written proposal (2000 words) for providing the Service for all those reaching the assessment phase will be required by 0800 Mon 10 Jan 22.
Proposal to include 3 sides of A4 detailing the bidder’s previous work and the applicability of that to MOSASD by 0800 Mon 10 Jan 22
Work history as per provided format, by 0800 Mon 10 Jan 22.
Presentation of the Proposal by the Supplier at NCHQ, Whale Island, Portsmouth on Wed 26 Jan 22 (exatct times to be notified).
Cultural fit criteria
Work as a team with our organisation and other suppliers.
Have a no-blame culture and encourage people to learn from their mistakes.
Take responsibility for their work.
Share knowledge and experience with other team members.
Can work with customers with 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
Additional assessment methods Work history
Evaluation weighting
Technical competence
70%
Cultural fit
10%
Price
20%
Question and answer session
Log in to view question and answer session details
Questions asked by suppliers
How should tenderer’s include Social Values in this tender submission ? Emphasis on Social Value should be incorporated into the answers submitted at the ‘Cultural Fit’ element of the tender submission. This will then be evaluated within the 10% of marks afforded to ‘Cultural fit’.
Further information on Social Value can be found at: .
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 and assurances are obtained relating to IR35.
Is there a Cyber Risk Assessment?The Cyber Risk Level is very low. Suppliers that are down selected will be required to complete a Supplier Assurance Questionnaire (SAQ).
Is there an incumbent supplier in the role? There is a supplier delivering this service.
Would you accept a SC cleared candidate? Yes, it may be possible to accept some SC cleared personnel but there is a high level of DV related activity delivering this service which will not be possible without appropriately cleared personnel.
How crucial is it that this supplier needs experience in all of the essential fields? This is a single requirement for one supplier to provide a service across the operational ICT S and AS domains and we are therefore looking for a supplier with a track record in this area. Suppliers who cannot meet the essential criteria will be unable to meet this requirement.
Will there be any performance indicators within the contract? Yes, there will be performance management measures within this contract. These will be clarified later in the tender competition.
How will initial tender submissions be evaluated? Each tenderer will be evaluated and allocated points 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, in the opinion of the three evaluators. The points awarded for each criteria will be added together to give the total technical evaluation points.
Could tenderers be considered non-compliant and subsequently be excluded from the competition? Yes. The Authority reserves the right to consider tenderers non-compliant if their points are below 2 on any essential criteria. Tenderers may also be considered non-compliant if their proposed start date is after the required start date or if their day rate/pricing is above the stated budget. Non-compliant tenderers will be excluded from the competition and their total technical evaluation points will be 0.
Tenderers with the three highest total technical evaluation points from this evaluation will be down selected and invited to take part in stage two.
How will final tender submissions be evaluated after initial down ?
selection
*Due to a word limit for Authority answers, this question is answered in multiple parts, indicated as (A), (B), (C), etc. (A)
Technical
In addition to the initial submission, Tenderers will be asked to provide: cultural fit statements max 100 words each, a 2000 word written proposal for the service delivery, 3-page max supplier work history and relevant team work histories.
Each tenderer will be evaluated and re-allocated 0 (Not Met), 1 (Partially Met), 2 (Met) or 3 (Exceeded) against each of the essential and nice to have criteria, based on their initial and final tender submissions. Any additional proposal criteria will also be assessed in this same way.
Continued at (B)..
How will final tender submissions be evaluated after initial down selection?
Due to a word limit for Authority answers, this question is answered in multiple parts, indicated as (A), (B), (C), etc. (B)
The points awarded for each criteria will be added together to give the total technical evaluation points. The total points allocated may differ between the initial and final submissions. The total technical points will be divided by the maximum available technical points and multiplied by the technical criteria weighting. This will give the technical score.
(For example, if tender has 30 points, the maximum points available was 35 and the technical weighting is 70, the technical score will be 30/35 = 0.85 x 70 = 60)
Continued at (C)…
How will final tender submissions be evaluated after initial down selection?
Due to a word limit for Authority answers, this question is answered in multiple parts, indicated as (A), (B), (C), etc. (C)
Cultural
Tenderers will provide a cultural fit statement to show how they will meet each of the cultural fit criteria. This will include social value, if required.
Each tenderer will be allocated 0 (Not Met), 1 (Partially Met), 2 (Met) or 3 (Exceeded) against their responses to each of the cultural 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.
Continued at (D)..
How will final tender submissions be evaluated after initial down selection?
Due to a word limit for Authority answers, this question is answered in multiple parts, indicated as (A), (B), (C), etc. (D)
For example, if tender has 20 points, the maximum points available was 25 and the cultural weighting is 10, the cultural score will be 20/25 = 0.8 x 10 = 8.
Financial
For specialists, the day rate provided at initial tender submission will be the pricing figure.
For outcomes, tenderers will be asked to provide prices they would charge to deliver a series of different tasks, with a breakdown of the personnel days that would be allocated to those tasks (the number of days will be considered within the technical evaluation).
Continued at (E)…
How will final tender submissions be evaluated after initial down selection?
Due to a word limit for Authority answers, this question is answered in multiple parts, indicated as (A), (B), (C), etc. (E)
The total price quoted to deliver these tasks will be the pricing figure.
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 1000/2000 + 0.5 x 20 = 10)
Continued at (F)…
How will final tender submissions be evaluated after initial down selection?
Due to a word limit for Authority answers, this question is answered in multiple parts, indicated as (A), (B), (C), etc. (F)
Combined Score
The Authority reserves the right to consider tenderers non-compliant if they score below a 2 on any essential criteria. Tenderers may also be considered non-compliant if their proposed start date is after the required start date or if their day rate is above the stated budget. Non-compliant tenderers will be excluded from the competition and their total evaluation score will be 0.
The tenderer that receives the highest combined technical, cultural and financial scores, from all compliant tender, will be the winning tenderer.
End of Answer: How will final tender submissions be evaluated after initial down selection?
In what format must the work history be supplied? After initial sift, a work history template will be provided to allow suppliers to submit work history. Work history shows the skills and experience of a specific person. Work histories must be people who will be working on the buyers project and must have the following format: Summary of key skills, workplace name and dates, activities and achievements.
TKR-20211110-EX-1722509