Type of document: Contract Notice
Country: United Kingdom
1. Title: JOINT CRYPT KEY PROGRAMME CLIENT SIDE SUPPORT – BUSINESS CHANGE
2. Awarding Authority: Ministry of Defence, GB. Web:
3. Contract type: Service contract
4. Description: The Joint Crypt Key Programme requires Client Side support to deliver it’s Business Change capability
Please note at Stage 2 a Statement of Work, Written Proposal, two Case Studies, and Work History for Key Staff will form part of the evaluation criteria.
5. CPV Code(s): 72000000, 72200000, 73420000
6. NUTS code(s): UKI, UKI3, UKI32, UKK, UKK15
7. Main site or location of works, main place of delivery or main place of performance: Location South West England
Address where the work will take place Although the majority of work may be undertaken remotely, the JCKP team’s parent working site will be MOD Corsham, Wiltshire, where most in-person meetings would be located, with a requirement to visit the nearest regional NCSC office for face-to-face classified discussion and collaboration several times per month. Work at other UK sites may be required, mainly to engage with the User Community face to face, but the majority of working can be remote using MS Teams.
8. Reference attributed by awarding authority: Not provided.
9. Estimated value of requirement: Budget range £2,400,000 – £3,000,000 (excluding VAT)
10. Closing date for applications 6.5.2022 (23:59).
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 Friday 29 April 2022 at 11:59pm GMT
Latest start date Friday 1 July 2022
Expected contract length 24 Months, with the option for a 6-month extension.
Why the work is being done JCKP has designed and developed the next generation of Crypt Key (CK) capabilities (standards, services, components, and infrastructure) that have transitioned to business as usual. These CK capabilities will continually evolve to stay ahead of the threat. JCKP is a transformational programme to modernise how crypt key is used within MOD. It is a joint programme between the Ministry of Defence (MOD) and the National Cyber Security Centre (NCSC).
Problem to be solved In order to continue to deliver this transformative requirement, the joint NCSC/MOD team has been reconfigured and requires additional Client Side Support to augment the current team of Crown Servants. This procurement is one of 3 to establish a Business Change capability, alongside a Strategic Planning function and additional capacity to Deliver and Manage the constituent projects. The Business Change function will deliver 2 main outputs; Business Change for the JCKP programme and Business Change into the User Community and wider stakeholder groups.
Who the users are and what they need to do As the Programme Director, I need the confidence that the programme has a comprehensive business change strategy
As the Programme Director, I need a stakeholder engagement plan with regular communication and engagement.
As the Programme Integration lead, I need JCKP changes to be fully managed within the user community.
As the Programme Integration lead, I need all JCKP changes to be aligned to and support the agreed benefits realisation plan.
Early market engagement Not Applicable
Any work that’s already been done The JCKP programme has been running for some considerable time. The legacy arrangements are coming to an end in July 2022 and the new Client Side Support arrangements will reconfigure the way the programme is delivered, alongside changes to the roles undertaken by both MOD and NCSC
Existing team The supplier will be working alongside mainly MOD colleagues, accountable to the heads of the Programme Integration Office and Strategic plans (Grade 6 equivalents). There will be regular engagement with the MOD’s Capability Branch and with MOD and NCSC Business Change managers (including the MOD lead Business Change Manager). The team will also be work alongside the NCSC’s and MOD’s other strategic partners, including the delivery of Strategy and Plans and Project Management and Delivery
Current phase Not applicable
Working arrangements The team members will be free to decide their own working hours, but will be expected to attend regular/routine Programme Meetings, either in-person or virtually depending upon classification.
Due to the sensitivity of the information (marked as Official Sensitive) contained within Stage 2, the Authority requires bidders who are successful at the Stage 1 down-select to submit an RLI or suitably protected email address to receive the Stage 2 Proposal
The supplier should hold an List-X premises OR where working is required above OFFICIAL, MOD office space and systems will be made available.
Security clearance Key team-members will require Developed Vetting clearance and hold UK nationality by contract start. Those without DV require SC clearance. The Authority will not hold or sponsor clearances.
Additional information
Additional terms and conditions Suppliers must use the Authority’s Purchase to Payment Tool CP&F or be prepared to sign up to the tool.
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is – Very Low, Reference – 545592260.
The Authority reserves the right, but is not obliged to withdraw this advert and/or ITT at any time, or choose not to award any Contract as a result of this tender process, or re-invite Tenders on the same or any alternative basis.
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
Please provide evidence of broad knowledge of Defence or similar sector, how it works, with focus on Digital, and it’s use within end user communities (such as Front Line Commands)
Please provide evidence of Business Change knowledge and application within the Public Sector or sector of comparable complexity.
Please provide evidence of a working knowledge of CK material handling processes and procedures
Please provide evidence of the ability to deliver advice and outputs in line with the Defence Systems Approach to Training
Nice-to-have skills and experience
Please provide evidence of knowledge and experience of MOD (or equivalent) C2 and combat C4I systems and associated CK handling
Please provide evidence of experience of delivering Business Change in a Defence environment
How suppliers will be evaluated
All suppliers will be asked to provide a written proposal.
How many suppliers to evaluate 5
Proposal criteria
Demonstration of how the supplier will plan and deliver (including the approach and methodology) the core outcomes and deliverables as specified in the SoR. (15%)
Demonstration of ability to resource core requirements with a suitable mix of qualification and experience levels; should include confidence that supplier will not provide under-SQEP staff to reduce cost. (10%)
Demonstration of the supplier’s capacity to respond appropriately to call-off or surge requirements, including access to the whole range of skills potentially required, in a suitable timeframe. (10%)
Demonstration of ability to provide individuals at a range of security clearances, including for roles where Developed Vetting is essential factor in order to collaborate effectively across the programme. (5%)
Demonstration of how the supplier will mobilise and transition over a 4-week period, ensuring structures are in place to facilitate handover from an incumbent supplier. (10%)
Demonstration of how the proposal demonstrates Value and how continuous improvement will be delivered over the period of the contract. (5%)
Demonstration the supplier has considered Exit planning and credible plans and structures will be in place end of contract term to enable low-risk transition to a future supplier. (5%)
Cultural fit criteria
Demonstration of how the supplier will work collaboratively in a geographically distributed, multi-supplier environment, including building capability (using skills transfer as a minimum) within the MOD and NCSC teams. (4%)
Demonstration of an effective team structure, integrated into the JCKP programme, including but not limited to the roles, responsibilities, ways of working, location and communication. (3%)
Demonstration of the ability to respond to evolving requirements and uncertainty, effectively and positively, delivering change through effective collaboration and leadership. (3%)
Social Value – Demonstration of the company’s approach to Support educational attainment relevant to the contract, including training schemes that address skills gaps and result in recognised qualifications (5%)
Social Value – Demonstration of the company’s approach to delivering additional environmental benefits in the performance of the contract, including working towards net zero greenhouse gas emissions (2.5%)
Social Value – Demonstration of the company’s actions to identify and tackle inequality in employment, skills and pay in the contract workforce (2.5%)
Payment approach Fixed price
Additional assessment methods
Case study
Work history
Evaluation weighting
Technical competence
60%
Cultural fit
20%
Price
20%
TKR-2022422-EX-1807884