Type of document: Tender issued
Country: United Kingdom
MOD Contract Bidders Notice
GB-Corsham MOD: IOG2
Associated Parent Notice
ModContractNotice – GB-Corsham: Interoperability Gateway 2 (IOG2)
Region Codes:: UKK1
Section I: Contract Title
Contract Title: GB-Corsham MOD: IOG2
Section II: Identification Numbers
MOD Contract Notice Nr: 700007041
ITT Number: 700007041
Section III: Relevant Dates
Proposed/Estimated ITT Issue Date: 20/09/2019
Proposed/Estimated ITT Return Date: 31/10/2019
Proposed Issue Date of Contract: 16/01/2020
Proposed Completion Date of Contract: 31/03/2023
Section IV: Issuing Branch / Organisation Details
Notice Address
Official Name: Ministry of Defence, Information Systems and Services, Other
Address: ISS HQ, Bldg405/D1, Westwells Road
Town: Corsham
Telephone: 03067702470
Email: isscomrcl-gatewaysmessaging@mod.gov.uk
For attention of: Gateways and Messaging Team
Postcode: SN13 9PN
Country: United Kingdom
Fax:
Internet Address:
Section V: Product / Service Descriptor Code
Industry Codes:
48800000 – Information systems and servers.
48219100 – Gateway software package.
48800000 – Information systems and servers.
72000000 – IT services: consulting, software development, Internet and support.
75220000 – Defence services.
Section VI: Summary of Requirements / Description of Work
Summary of Requirements / Description of Work: Information systems and servers. Gateway software package. Information systems and servers. IT services: consulting, software development, Internet and support. Defence services. VI.1. MOD are inviting bids from Suppliers with a proven track record in the successful delivery, and service management, of cross-domain gateway services.
The successful Supplier will be required to undertake the design, build, test and commissioning of an accreditable cross-domain interoperability gateway, suitable to enable the UK to access and exchange information and intelligence, at Secret, across the Five-Eyes (FVEY) community (AUS/CAN/UK/US/NZ).
This procurement is looking to replace the extant gateway (Email, Web Browsing, Collaborative Working Environment (CWE), Directory and Conversational Hypertext Access Technology (CHAT)) services in their entirety.
The Interoperability Gateway 2 (IOG2) requirement has been split into three main activities:
1. Design, Build and Commissioning
a. The design, building and commissioning of a highly-available cross-domain interoperability gateway, providing bi-directional FVEY and bi-lateral email capability, web browse on partners national systems and static web publishing, access controlled collaborative working environments and CHAT services. This activity will deliver three (3) instances of the endorsed gateway solution at three (3) geographically separated sites;
b. The design build and commissioning of a test and development system. At one of the three instantiations there is a requirement to build and host the development system and the Pre-Production Environment;
c. The design build and commissioning of a Security Operations Centre and Network Operations Centre.
2. Partner Integration and User Migration:
a. This activity will ensure the UK solution is interoperable with the FVEY partners own proxy/gateways so that services and content on IOG2, email, CHAT and web access, can be used by the UK gateway users;
b. Plan and lead the migration of users from the extant solution to the new system.
3. Support Service:
a. This phase will cover the provision of a 24/7 technical and engineering support solution for the duration of the contract. This will include 24/7 1st and 2nd support with 3rd and 4th line support on a 1-hour callout ;
b. The implementation and operation of contractor staffed Security Operations Centre and Network Operations Centre, providing 24/7 security monitoring and security incident reporting.
Full technical and system requirements will be provided within the ITT document set which will be issued to those bidders who are down-selected at Stage 1.
There are two stages to this competitive process:
Stage 1 (Pre Qualification Questionnaire (PQQ): It is the Authority’s intention to use a PQQ to identify a maximum of 6 suitably qualified and experienced suppliers, with experience in designing, installing and supporting instances of secure cross-domain gateway solutions, to respond to an Invitation to Tender (ITT). This will be carried out using the scoring mechanism provided within the PQQ documentation.
Stage 2 Invitation to Tender (ITT):
a. Publication of an ITT documentation set, including technical and system requirements, and invitation to a Bidders Conference;
b. Bidders Conference:
The high-level architecture and technical requirements of the system are classified Secret UK Eyes Only (SUKEO), as a result, the IOG2 Delivery Team will host a Bidders Conference at a location, date, and time to be notified by the Authority.
All down-selected bidders will be invited to send a number of representatives (number TBD) who hold current Security Check (SC) clearance as a minimum and must be sole UK Nationals. Dual Nationalities are not permitted.
The purpose of the Bidders Conference is to provide down-selected Bidders from the PQQ Stage with additional clarity on the requirement, and access to all relevant technical documents that are protectively marked Secret. Bidders will be required to provide Clarification Questions (CQs) regarding the Official Sensitive elements issue within the ITT prior to the Bidders Conference. During the Bidders Conference, Bidders will have the opportunity to raise CQs regarding the technical documents protectively marked Secret that will be issued on the day. The Authority will endeavour to provide a response on the day to all CQs raised. Records of all clarification questions raised, and any formal responses provided by the Authority, will be captured and made available to suppliers whom can view, store and disseminate protectively marked information at Secret.
c. ITT Submission
All compliant bids submitted in response to the ITT will be evaluated in accordance with the scoring mechanism described within the ITT, and a subsequent contract will be awarded to the Bidder who has delivered the Most Economically Advantageous Tender (MEAT). This will be a combination of technical and financial scores, for Bidders that have passed the Commercial Compliance Stage..
The anticipated Contract Award date is 16 January 2020, but the Authority retains the right to vary this date at any time during the ITT process.
Due to the sensitive nature of the requirements, all suppliers will either need to be List X or be prepared to work towards List X status prior to contract award. Any potential suppliers not currently List X accredited will need to have access to an accredited secret system to enable receipt and submission of documentation.
The estimated duration is for three years (1 year for the design build and implementation and 2 years of service) with two further 12 month firm priced options to extend.
Section VII: Contract Strategy
Contract Strategy: Prime Contract
Section VIII: Contractors Invited to Bid
Contractors Invited to Bid:
Official name: BAE Systems
Postal Address: I2W5, Grange Road, Christchurch
City: Dorset
Postcode: BH23 4JE
Country: United Kingdom
ContactPoint:
For Attention Of: Roger Peplow
Telephone: +44 7793427364
Email:
Fax:
Is a contractor classed as a SME? No
Official name: AIRBUS
Postal Address: Gunnels wood road, Stevenage
City: Hertfordshire
Postcode: SG1 2AS
Country: United Kingdom
ContactPoint:
For Attention Of: Samantha Couldrick-Burrows
Telephone: +44 7881658382
Email:
Fax:
Is a contractor classed as a SME? No
Official name: Leonardo MW Ltd
Postal Address: 430 Bristol business Park, Coldharbour Lane, Stoke Gifford
City:
Postcode: BS16 1EJ
Country: United Kingdom
ContactPoint:
For Attention Of: Jeremy O’Connor
Telephone: +44 7525906663
Email:
Fax:
Is a contractor classed as a SME? No
Official name: Fujitsu
Postal Address: Jays Close, Basingstoke, HANTS
City:
Postcode: RG22 4BY
Country: United Kingdom
ContactPoint:
For Attention Of: Nick Edwards
Telephone: +44 7867832951
Email:
Fax:
Is a contractor classed as a SME? No
Official name: British Telecommunications PLC
Postal Address: 81 Newgate Street
City: London
Postcode: EC1A 7AJ
Country: United Kingdom
ContactPoint:
For Attention Of: Steve Lee
Telephone: +44 33316640100
Email:
Fax:
Is a contractor classed as a SME? No
Official name: Sopra Steria
Postal Address: T3 Trinity Park, Bickenhill Lane
City: Birmingham
Postcode: B37 7ES
Country: United Kingdom
ContactPoint:
For Attention Of: Rupert Janes
Telephone: +44 1189847006
Email:
Fax:
Is a contractor classed as a SME? No