BEROE Mission Control System (MCS)
A Tender Notice
by MINISTRY OF DEFENCE
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 35.5 month
- Value
- £-£20M
- Sector
- TECHNOLOGY
- Published
- 25 Jul 2022
- Delivery
- To 03 Aug 2025 (est.)
- Deadline
- 19 Aug 2022 16:00
Concepts
Location
United Kingdom:
1 buyer
- MOD Bristol
Description
Background: DE&S (the Authority), under the Rapid Agile Prototyping, Scaled for Operations (RAPSO) Framework, intends to issue an Invitation To Tender “Lite” (ITT Lite) on behalf of Air Command (the Customer) to support the task objectives described in the Aim (below) and award zero (0), one (1) or more (with the intent being to take through two (2)) suppliers through to initial framework tasking under Lot 1). The intent for future BEROE work is to be placed under Lot 1 and/or the Operational Lot 2 subject to Authority approvals. Aim: The UK MoD requires a secure Ground Segment software solution for tasking, monitoring and controlling a space-based ISR constellation of Low Earth Orbit satellites(s), which will form an integral component of the UK MoD ground segment architecture, acting as the primary mission control system for the Customer Satellite Operations Centre. The UK MoD is therefore seeking a provider to develop a technology roadmap, secure software development plan and assist (through demonstration & prototype development) with the maturation of system requirements and the development of a software architecture that will deliver an assured Mission Control System for space-based ISR command & control (C2) which is scalable to meet future operational needs, and enable interoperability with UK MoD owned space assets. The project, named BEROE, during the competition and development phases (refer to tender process stage 1-4), will focus on maturing, deriving and identifying UK MoD requirements, testing hypotheses, addressing key challenges and stimulating industry to develop product roadmaps to support future operational systems targeted for non-civilian use. Bidders will be requested to describe their ground segment software solution in terms of overall design, architecture and interfaces that enable the integration of protocols, operating procedures, development of user interfaces and compatibility with open standards. To establish a Bidders list for ITT, it is the Authority’s intention, through this DPQQ and Contract Notice, to source interest from and screen the capability of the industrial supply base. Participation at Invitation to Tender (ITT) will be subject to successfully passing a Dynamic Pre-Qualification Questionnaire (DPQQ). The procurement process will be split across 4 stages. The Procurement will follow a 4 stage Competitive Procedure, defined below: Stage 1: The first stage will be the DPQQ stage, which is designed to evaluate Commercial, Technical and Financial Capacity/Capability. Bidders who are successfully down selected at the DPQQ stage will proceed to the second stage. Stage 2: The second stage will comprise of an Invitation to Tender Lite (ITT-Lite), whereby a request for proposal will be made by the Authority, which shall be scored and evaluated after submission. Participation at ITT-Lite will be subject to successfully passing the DPQQ. Bidders will be given a weighted score and will be required to pass both commercial and technical mandatory criteria at this stage. It is anticipated that up to 6 Bidders will proceed to Stage 3. All other suppliers will remain active and be eligible to bid for future tasks should the Authority re-open the lot. Stage 3: The third stage will involve the Authority inviting Bidders to demonstrate and present their solution. Bidders will be evaluated on both the demonstration, and the presentation, with a minimum entry criterion defined for proceeding to Stage 4. It should be noted that scores from Stage 2 will be included in the overall assessment for down-selection to Stage 4.
Lot Division
1 | The UK MoD requires a secure Ground Segment software solution for tasking, monitoring and controlling a space-based ISR constellation of Low Earth Orbit satellites(s), which will form an integral component of the UK MoD ground segment architecture, acting as the primary mission control system for the Customer Satellite Operations Centre. … Additional information: Full details of the stages and evaluation process will be released within the ITT documentation to those who are successfully down selected from DPQQ. The MEC specified at Stage 3 must be met for a supplier to be added to this Lot. If a supplier is added to this Lot there is no guarantee of tasking. The Authority reserves the right to re-open Lot 1 over the duration of the Framework. |
2 | OPERATIONALISATION AND OPTIONS TO PURCHASE As per Lot 1 with Ground segment software solutions (core plus adaptions) Intent • This Lot focuses on taking viable products from Lot one (1) and bringing them into a wider service state. This Lot will address transitioning into a scalable task to provide operational volume, support, training and logistics. • Access to this Lot will be achieved through successful development tasks from Lot (1). If an output of a development task results in a “Minimum Viable Product” the Contractor involved in that Task may be added to Lot two (2) as a single entity to enable the Authority to proceed to targeted tasks to purchase items to enter service. • Tasks will be raised in this Lot to purchase the MVP item. • Being added to this Lot does not guarantee tasking under the Framework. • The Authority reserves the right not to open Lot two (2). • The Authority reserves the right to scale/repeat purchase of a system – subject to MVP, Requirements and approvals. • The Authority also reserves the right to reopen this LOT at any time during the life of the framework. |
CPV Codes
- 72211000 - Programming services of systems and user software
- 72212120 - Flight control software development services
- 72200000 - Software programming and consultancy services
Indicators
- Restrictions apply to the lot award allocation.
- This is a one-off contract (no recurrence)
- Renewals are not available.
- Financial restrictions apply.
- Professional qualifications are sought.
- Technical restrictions apply.
Other Information
All other suppliers will remain active and be eligible to bid for future tasks should the Authority re-open the lot. Stage 4: Will consist of Framework Contract Award to zero, one or more suppliers (subject to the minimum requirements) at ITT (ITT-lite & Demonstration) and satisfying the Minimum Entry Criteria (MEC) The intent is to take through 2 suppliers. ** PREVIEW NOTICE, please check Find a Tender for full details. ** PQQ will be published through the Defence Sourcing Portal (DSP). Scoring a Fail against any DPQQ question will result in an automatic exclusion from being invited to tender. The Authority intends to proceed to the ITT Lite with all Bidders who pass the DPQQ. The Authority intends to proceed to the stage 3 (Demonstration) with up to six (6) Bidders, however, reserves the right to add more based on the quality of the returned proposals. The Authority intends to proceed through to Stage 4 (Framework Contract Award) with 2 suppliers, however, reserves the right to add more or reduce the number of suppliers based on the quality of the overall assessments from Stage 3. The award criteria will be weighted against Price, Technical and Social Value (20% price, 70% Technical, and 10% Social Value), to conclude ‘the most economically advantageous tender’ in terms of the criteria stated in the specifications. Specific criteria and weightings will be provided within the ITT. Scores from stage 2 will be combined with scores at stage to reach an overall score. Contract Duration: The intended Framework length is thirty-six (36) months, the initial Lot (1) will be open until the end of FY 22/23 with the intent to re-open Lot 1 at the Authority’s discretion. Estimated value (including options): £20M ex VAT subject to authority spend approvals. To Note: The total maximum value of the BEROE (Lot 1), FY 22/23 is up to 4.16M (ex VAT), subject to authority spend approvals. Contract award date (Lot 1): Anticipated Q4 2022 (subject to change). A Cyber Security Risk Assessment for this requirement has been carried out and returned a risk level of high risk (Reference RAR- 694839653). Bidders are therefore required to maintain a Cyber Essentials Scheme certification or equivalent to comply. Timeline (indicative – subject to change): Activity Date Stage 1 DPQQ and Contract Notice issued Mon 25th July 2022 Final date for DPQQ Clarification Questions Wed 10th Aug 2022 17:00hrs DPQQs returned to MOD Fri 19th Aug 2022 17:00hrs Authority PQQ Evaluation period – Approximate timings Mon 22nd Aug – Mon 5th Sept 2022 Stage 2 Invitation to Tender Lite issued September 2022 Bidders Conference (MS Teams) Within 2 weeks of ITT Lite issue Stage 3 ITT in person demonstrations and Supplier presentations to the Authority October 2022 Authority ITT Evaluation Period - Approximate timings November 2022 Stage 4 Anticipated date of Contract Award (tasking form) under Lot 1 December 2022 (Q4 2022)
Reference
- ocds-h6vhtk-035558
- FTS 020144-2022