Type of document: Contract Notice
Country: United Kingdom
Notice Type:MOD Contract Notice
GB-CORSHAM: MODNET EVOLVE Defence as a Platform (DaaP) – End User Support (EUS) Services
Region Codes: UK
Section I: Contract Title
1. Contract Title: GB-CORSHAM: MODNET EVOLVE Defence as a Platform (DaaP) – End User Support (EUS) Services
2. Section (DIO only):
Section II: Identification Numbers
1. MOD Contract Notice Nr: DD/DaaP/018
Section III: Relevant Dates
1. Deadline for Expression of Interest: 08/06/2020
2. Proposed/Estimated ITT Issue Date: 02/09/2020
3. Proposed/Estimated ITT Return Date: 28/10/2020
4. Proposed Issue Date of Contract: 02/07/2021
5. Proposed Completion Date of Contract: 01/07/2026
Section IV: Issuing Branch / Organisation Details
1. Notice Address
Ministry of Defence, Defence Digital Commercial, MODNET Evolve EUS
B2, Building 405, MOD Corsham, Westwells Road, Corsham, SN13 9NR, United Kingdom
Tel. +44 7970389971, Email: Stacey.Cooper242@mod.gov.uk
Attn: Stacey Cooper
Section V: Product / Service Descriptor Code
1. Industry Codes:
30000000 – Office and computing machinery, equipment and supplies except furniture and software packages.
72000000 – IT services: consulting, software development, Internet and support.
72222300 – Information technology services.
72260000 – Software-related services.
Section VI: Summary of Requirements / Description of Work, Goods and Services
1. Summary of Requirements / Description of Work: Office and computing machinery, equipment and supplies except furniture and software packages. IT services: consulting, software development, Internet and support. Information technology services. Software-related services. :
1.1. Re-procurement of core ICT services: The MODNET EVOLVE programme
1.1.1. MODNET EVOLVE will deliver a core set of services following the end of the current DII contract. EUS is one of the 4 elements of the MODNET EVOLVE Programme.
1.1.2. The DII contract was placed with the ATLAS consortium (“ATLAS”) in 2005 with the intention of rationalising the ICT estate by replacing hundreds of IT systems, serving circa 180,000 users, with a single infrastructure. It currently delivers most of the MoDs Corporate ICT services.
1.1.3. The MODNET EVOLVE programme is undertaking the procurement of a number of ‘bundles’ from alternative providers through open competition. In addition to this, other service ‘bundles’ will be completed by the Authority as the DII contract is further disaggregated.
1.1.4. The contract notice is to procure EUS Services as part of the MODNET Evolve program.
2. EUS high-level scope and requirements
2.1. DD intends that by procuring EUS as a discrete product it will enable the widest possible range of Applicants to respond, with specialist skills in delivering EUS Services. This will also present the opportunity for the Authority to embrace new and innovative products, services and delivery methods.
2.2. The EUS services includes the following services at OFFICIAL classification for all UK and some permanent Overseas sites:
2.2.1. Workplace services. Provision, management and maintenance of the environment for User Access Device (UADs) and application distribution, based on a VMWare product set.;
2.2.2. Foundation services. Management of users, accounts and UADs using an Active Directory service, such that user access is provided and controlled;
2.2.3. User Support Services. Undertaking break-fix of UADs and related support to users (through DUS in the current service);
2.2.4. Devices and Peripherals. Provision, including the procurement, build, distribution and lifecycle management of all approved Authority, UAD types and peripheral hardware;
2.2.5. Application packaging. Packaging of applications for the workplace environment and related updates, including supporting the lifecycle management of packaged applications with Application Owners, including but not limited to build integration, testing and security accreditation;
2.2.6. Local Cloud Services (LCS). Provision of EUS services to a limited number of overseas LCS locations (including associated local infrastructure) which require the ability to operate autonomously for a period of up to 30 days;
2.2.7. Non-standard file storage. Central hosting environment for user data that cannot be held in OneDrive and SharePoint services (e.g. Unsupported files Access Databases or PST files); and
2.2.8. Service management, test and integration for EUS services. Provide the resolver group for the scope of EUS services, including their initial and ongoing integration and test, supported by the provision of a Representative Test Environment (RTE) for end-to-end testing of EUS services. EUS will be requested from time-to-time to support end-to-end integration testing for Corporate ICT services using its RTE (if it is requested to form part of the overall Defence Test and Reference environment). EUS will provide entries to the ISS service catalogue and support the process of responding to Non-Standard Service Requests (NSSRs).
3. Security
3.1. Delivery of EUS services will require the supplier to process and have access to classified Authority information, up to and including information classified primarily at OFFICIAL. In order to participate in the PQQ applicant’s attention is drawn to the requirement for Bid Team personnel to be Baseline Personnel Security Standard BPSS.
3.2. 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
3.3. A contract will not be awarded in respect of this procurement for the provision of the EUS Services unless the successful supplier’s contracting entity is:
3.3.1. Registered and operating in the UK and;
3.3.2. An entity with at least 50% of its directors (or equivalent) who are both UK nationals and resident in the UK.
3.4. The Cyber Risk Profile associated with the procurement is “High”. The Risk Assessment Reference is: RAR-UP4R7RZF.
4. Contract duration
4.1. The term of the EUS contract will be for five (5) years made up of 4 years plus an extension of up to 12 months. The term will include a transition period from the existing incumbent to the new supplier.
4.2. The estimated total contract value based on the Authority’s estimated range is between £240m to £280m Ex Vat (£48m – £ 56m per annum.).
4.3. The Authority will, as a part of the evaluation (further details of this process is contained in section XII below) assess the economic and financial standing of potential suppliers of the EUS services.
4.4. Full guidance on how the selection will be made will be given in the PQQ document.
2. Main Place of Performance or Delivery: UNITED KINGDOM
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 A1: 250M – 400M GBP
Section IX: QA Standards
1. QA Standards: Other
2. If Other please specify: All QA Standards applicable to the PQQ are included within the associated documentation.
Section XII: Additional Information
1. Additional Information:
1. Exemption and security requirements relating to the procurement
1.1. Participation in the procurement is also subject to certain security requirements. Without limiting the security conditions set out in the PQQ, a potential supplier will need to meet UK Government security and information handling requirements in accordance with the Government Security Classifications Policy.
1.2. Members of a potential Applicants 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. Further information will be set out in the PQQ.
2. Confidentiality requirements
2.1. In order to participate in the PQQ the Authority will require interested Applicants to enter into a Non-Disclosure Agreement (NDA) prior to receiving the PQQ. The NDA will be made available to PQQ applicants on registration with AWARD.
2.2. The process to register is as follows:
2.2.1. Applicants wishing to register interest for the EUS PQQ can register via the PQQ Award Portal by following URL and completing a short registration process.
2.2.2. Before moving to the next stage, Applicants should download and complete the NDA from the documents section of the Data Room with a digital signature. A copy of the signed NDA should be uploaded into the documents section of the AWARD Data Room.
2.2.3. Applicants should also post a Signed copy of the NDA to the address detailed at Section IV.
2.2.4. Upon receipt of an acceptable copy of a correctly signed NDA from the Applicant within AWARD, the Authority will authorise access to the Applicant to the Procurement’s project room, where the PQQ and Supplier Prospectus and Conflicts of Interest (COI) declaration are available for download.
2.2.5. The supplier should complete the PQQ in accordance with the instructions set out therein. 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) detailed in the PQQ.
2.2.6. The deadline for applying to the procurement by submitting a PQQ response is 1200hrs 8th June 2020.
2.2.7. Details regarding how selection will be made is contained within the PQQ. At the date of this Contract Notice, the Authority intends to select up to a maximum of five (5) Applicants to participate in the next phase of the procurement.
2.2.8. All communication should be made through the PQQ AWARD Portal.
3. Other information
3.1. From 2 April 2014, the Government introduced its new Government Security Classifications Policy (GSC) to replace the previous Government Protective Marking Scheme. A key aspect of this new Policy is the reduction in the number of security classifications used. All Applicants to the Authority are encouraged to make themselves aware of the changes as they may impact on this requirement. The link below to the Gov.uk website provides information on the new GSC.
3.2. Applicants are to note that the Authority has engaged external consultants to support the procurement. These external consultants are supporting the Authority and have roles throughout the procurement process, both in drafting the procurement documentation, including selection criteria, and in evaluating applications. Appropriate Ethical Walls and Conflict of Interest regimes are in place.
3.3. Electronic Trading – the Authority has a mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for the provision EUS services under the any contract awarded shall only be made via CP&F. You can find details on CP&F at