Type of document: Tender issued
Country: United Kingdom
MOD Contract Bidders Notice
GB-Corsham: New Style of IT Deployed (NSoIT (D)) Through Life Support (TLS)
Associated Parent Notice
ModContractNotice – GB-Corsham: New Style of IT Deployed NSOIT(D)) Through Life Support (TLS)
Region Codes:: UKK UK
Section I: Contract Title
Contract Title: GB-Corsham: New Style of IT Deployed (NSoIT (D)) Through Life Support (TLS)
Section II: Identification Numbers
MOD Contract Notice Nr: DPS/00046
ITT Number: DPS/00046
Section III: Relevant Dates
Proposed/Estimated ITT Issue Date: 19/07/2019
Proposed/Estimated ITT Return Date: 29/08/2019
Proposed Issue Date of Contract: 02/12/2019
Proposed Completion Date of Contract: 01/12/2022
Section IV: Issuing Branch / Organisation Details
Notice Address
Official Name: Information Systems and Services
Address: Commercial Sourcing Team, Bld 405, Spur B2,, Westwells Road
Town: Corsham
Telephone: +44 03067 701821
Email: ISSComrcl-NSOIT-D@mod.gov.uk
For attention of: Felicity Little
Postcode: SN13 9NR
Country: United Kingdom
Fax:
Internet Address:
Section V: Product / Service Descriptor Code
Industry Codes:
72315100 – Data network support services.
72611000 – Technical computer support services.
72610000 – Computer support services.
50300000 – Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.
72500000 – Computer-related services.
72253000 – Help-desk and support services.
Section VI: Summary of Requirements / Description of Work
Summary of Requirements / Description of Work: Data network support services. Technical computer support services. Computer support services. Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment. Computer-related services. Help-desk and support services. Deployed forces use complex information services to enable them to exercise command and control. Joint Force Command (JFC), Information Systems and Services (ISS). Deployed Platform Services (DPS) Delivery Team (DT), have designed and developed a new deployable capability, referred to as New Style of Information Technology Deployed (NSoIT(D)), which will become the primary provider of Information and Communications Services (ICS), covering UK SECRET, MISSION SECRET and Official Sensitive. A critical component to the assurance of NSoIT(D) will be robust, resilient, and coherent Through Life Support (TLS) services which will provide sufficient governance to support and assure the delivery of deployed services to the Operational Commander. The future TLS solution will be coherent with ISS Enterprise Security and Service Management (ESySM) and Future Operational Service Management (FOSM) programmes.
The future NSoIT(D) TLS organisation will be made up of a mixture of Crown Servants, client-side contractor support, and an external Managed Service Provider (MSP). The future support structure will be based on NSoIT(D) provisioning a Level 4 internal organisational support structure. Level 3 support will be provided by 3 x Defence Cyber Information Services Operating Centres (CyISOCs) based at RAF Leeming, MOD Corsham (233 Signal Squadron) and the Maritime Communications Support Unit (MCSU) based in Portsdown Hill, Portsmouth. The winning bidder will be responsible for the provisioning the necessary Suitably Qualified and Experienced Personnel (SQEP), as Full Time Equivalent (FTE) resource into each of the Defence CyISOCs, while the delivery of NSoIT(D) Engineering training develops, and the Front-Line Commands (FLC) develop their own Level 3 SQEP personnel. Level 1 and 2 engineering support will be provided by Military deployed ICS specialists with escalation of Level 3 incidents into their respective CyISOC.
The requirement shall include the Through Life Support of Legacy Blue Services (LBS) (Mission and NATO Secret) capability.The support structure for LBS will be the provision of a contractor based Level 4 support structure at the MSPs location, the provisioning of Level 3 SQEP to the same 3 locations as identified for NSoIT(D), plus ILS support functions detailed in part below. The requirement shall also include the provision of Level 3 specialist support to the Allied Rapid Reaction Corp (ARRC) Information Services Operating Centre (ISOC) based at Innsworth.
The MSP will also need the capability to provide specialist resource support to the DPS NSoIT(D) L4 organisation and specialist engineering resource to assist with developing the NSoIT(D) solution.
The MSP will also be responsible, in full or in part, for fulfilling all the Integrated Logistic Supply (ILS) support functions outlined below. The indicative list of ILS functions;
• Embedding of Core Applications Specialists into the 3 Defence CyISOCs and 1 ISOC capable of supporting NSoIT(D) and LBS.
• Embedding of Functional Area Services (FAS) Specialists into each of the 3 Defence CyISOCs and 1 ISOC capable of supporting NSoIT(D) and LBS.
• Embedding of Network and WINTEL specialists into each of the 3 Defence CyISOCs and 1 ISOC capable of supporting NSoIT(D) and LBS.
• Provisioning of an IL5 MSP based L4 support function capable of supporting LBS, specialist support as a minimum will include WINTEL, Networks and Core Application specialists.
• Provisioning an MOD approved IL5 facility capable of handling and packaging all LBS and NSoIT(D) Assets.
• Crypto Storage and distribution facility for LBS and NSoIT(D).
• Provisioning of a Test and Reference Hosting Facility for LBS.
• Coordination of Supply Chain activities including procurement of spare parts, packaging, labelling, inventory management, onward distribution and disposal management.
• Support to all ILS activities including but not limited to Availability, Reliability and Maintainability (ARM) and Level of Repair Analysis (LORA).
• Centralised Storage, Asset tracking and management facility for all NSoIT(D) and LBS equipment from all hardware vendors.
• The assembly of a variety of LBS and NSoIT(D) Nodes to Complete Equipment Schedule (CES) for delivery to Purple Gate.
• Obsolescence management including areas such as Hardware and Software.
• Repair Management.
• Provisioning of a dedicated Mobile Support Team (MST) with the necessary SQEP to provide Level 3 support.
The MSP shall be required to transfer Knowledge and Skills to the Authority as it develops its own capability.
The MSP or any sub-contractor associated with supporting the solution will require facility security clearance at SECRET UK EYES ONLY (List X). The following link outlines the Security Requirements for List X.
All personnel involved in the tender process must be UK Nationals, Security check cleared of (SC) as a minimum and those directly employed in providing Level 3 and Level 4 support must have (DV) clearance. Only in exceptional circumstances will a waiver be given while DV is in the final process of initiation and this will be on a case by case basis.
The Cyber Assessment (Octavia) code for this contract is: RAR-8PCK24A9. All Suppliers are required to complete the Supplier Cyber Assurance Questionnaire which can be accessed via:
The Authority will award a contract for the TLS MSP for a period of 3 firm years with 2 x 1-year option years (up to a total of 5 years).
At the Tender stage, potential suppliers may be invited to carry out due diligence site surveys (subject to survey personnel having the appropriate security clearances) of the locations hosting the current capabilities.
Full details of the requirement will be provided with the ITT. In addition, the authority reserves the right to add items of similar nature to the contract during the lifetime of the contract.
Section VII: Contract Strategy
Contract Strategy:
Section VIII: Contractors Invited to Bid
Contractors Invited to Bid:
Official name: BAE Systems (Operations) Ltd
Postal Address: PO Box 87 , Warwick House, Farnborough Aerospace Centre
City: Farnborough
Postcode: GU14 6YU
Country: United Kingdom
ContactPoint:
For Attention Of: Glenn Wooldridge
Telephone: 03300467368
Email: glenn.wooldridge@baesystems.com
Fax:
Is a contractor classed as a SME? No
Official name: Leidos Innovations UK Limited
Postal Address: Skypark 1, 8 Elliot Place
City: Glasgow
Postcode: G3 8EP
Country: United Kingdom
ContactPoint:
For Attention Of: Gary Craigen
Telephone: 07505014849
Email: gary.craigen@leidos.com
Fax:
Is a contractor classed as a SME? No
Official name: Airbus Defence and Space Limited
Postal Address: Gunnels Wood Road
City: Stevenage
Postcode: SG1 2AS
Country: United Kingdom
ContactPoint:
For Attention Of: Samantha Couldrick-Burrows
Telephone: 07881658382
Email: samantha.couldrick-burrows@airbus.com
Fax:
Is a contractor classed as a SME? No
Official name: Enterprise Services Defence & Security UK Ltd
Postal Address: Royal Pavilion, Wellesley Road
City: Aldershot
Postcode: GU11 1PZ
Country: United Kingdom
ContactPoint:
For Attention Of: Kevin Cahalane
Telephone: 07790 491190
Email: kevin.cahalane@dxc.com
Fax:
Is a contractor classed as a SME? No
Official name: Fujitsu Services Ltd
Postal Address: 22 Baker Street
City: London
Postcode: W1U 3BW
Country: United Kingdom
ContactPoint:
For Attention Of: Stephen Woolley
Telephone: 07867 825308
Email: stephen.woolley@uk.fujitsu.com
Fax:
Is a contractor classed as a SME? No