CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

1. Title: COMMUNICATION AND INFORMATION SYSTEMS (CIS) SERVICES – EXPORTING OPPORTUNITY- SHORT DEADLINE
2. Awarding Authority: Secretary of State for Business, Innovation & Skills acting on behalf of UK Trade & Investment (UKTI), GB. Web:
3. Contract type: Service contract
4. Description: Opportunity type NATO
Industry Defence
The NAGSF CIS Relocation project will provide the design, procurement, installation and test of all related CIS infrastructure.
Introduction
The NATO AGS Force (NAGSF) was established on the Air Force base Sigonella (Italy) in 2015. Its staff is working from a set of temporary buildings put in place at the time to enable a fast advanced capability.
The permanent facility on the Sigonella Air Base is now complete, and the present contract will cover the relocation of the CIS capability allowing the move and expansion of the NAGSF staff. While the majority of assets will be procured under this contract, the integration scope will also cover some existing assets to be moved across locations.
The new NAGSF facility is composed on 12 buildings across 2 zones on the Air Base. The main command building covers 80% of the requirement and hosts all backend.
Contract Scope
The overall technical scope of the contract will include:
new classified server room physical build and virtualisation
fibre-based active distribution for the classified network
wireless-based distribution for the unclassified network
workstations up to domain integration, design and installation of a 50-pax VTC studio
VTC desktops.
The total number of users is 500.
The existing unclassified server racks, phones and printers will have to be relocated to the new facility and integrated in the distribution.
The transmission, network point of presence, and cryptographic components are purchaser-furnished to this contract.
The passive distribution is purchaser-furnished to this contract, however the awardee will be invited to highlight possible insufficiencies during its site-survey.
The layers above virtualisation and firmware for the servers and cyber components will be executed by NCI Agency staff after provisional system acceptance.
The awardee will be invited to propose a solution for a possible limited initial capability for ~100 users to be delivered before summer 2023.
The period of performance
Site survey: planned for Q1-2023
Provisional site acceptance: planned for for Q3/4-2023
Bidding details
The NATO Communication and Information Agency (NCI Agency), acting as the host nation, hereby gives notice of its intent to issue an invitation for bid (IFB) for the provision of the NAGSF CIS services relocation.
The reference for the invitation for bid will be IFB-CO-115735-NAGSF, and all correspondence concerning this IFB should reference this number.
For the purpose of planning, the estimated cost for the services and deliverables included within the scope of the intended contract is approximately EUR 8,500,000.
The successful bid pursuant to the IFB will be that bid which is the lowest price and technically compliant in accordance with the evaluation criteria prescribed in the IFB.
It is planned to award a single contract for the entire scope of work. No partial bidding will be accepted. The envisaged contract vehicle is fixed price incentive fee (FPIF) with award to one contractor.
The NCI Agency will use the basic ordering agreement (BOA) plus bidding procedures.
The BOA plus procedures allow national responsible authorities to nominate eligible bidders in addition to the companies identified in Annex B. Any such nominations for companies that do not have an active BOA should come from the national authorities via their delegation/mission to NATO, who will provide the requisite declaration of eligibility (DoE). Upon receipt of the DoE, the NCI Agency contracting officer will add the company to the bidders list.
National responsible authorities are kindly requested that the NCI Agency be provided with declarations of eligibility (DOE), not later than 9 December 2022, of qualified and certified companies which may be interested in receiving an IFB for this project.
In addition to the certifications of the firm’s security clearance required under this NOI, the declarations of eligibility should include the following information for each of the nominated company:
1. Company name
2. Company address
3. Point of contact (POC)
4. POC telephone number
5. POC email address
This information is critical to enable prompt and accurate communication with prospective bidders and should be sent to the following address:
NATO Communications and Information Agency
NATO HQ Boulevard Leopold III
B-1110 Brussels, Belgium
Attention: Emira Kapetanovic – Principal Contracting Assistant
E-mail: Emira.Kapetanovic@ncia.nato.int
Please note that requests for participation in this competition received directly from individual companies cannot be considered, unless they hold a valid BOA with the NCI Agency.
The formal IFB is planned to be issued in Q4 2022, and contract award is planned for no later than Q1 2023. The purchaser reserves the right to amend these dates at their discretion.
Bidders will be required to declare a bid validity of 6 months from closing date for receipt of bids. If the selection and award procedure exceed the bid closing date by more than 6 months, companies may be requested to voluntary extend the validity of their bids. Bidders may decline to do so, withdraw their bid and excuse themselves from the bidding process without penalty.
The participating national authorities are advised that the IFB package will be “NATO UNCLASSIFIED”.
Execution of the proposed contract will require unescorted access and work of contractor personnel at NATO Class I and Class II security areas. In accordance with C-M(2002)49, NATO security policy, personnel of the winning bidder will be required to hold individual security clearances of “NATO S3CRET”. Only companies maintaining the appropriate personnel clearances will be able to perform the resulting contract. The personnel security clearances shall be valid at the time of the contract signature. Bidders are to note that contract award will not be delayed in order to allow contractor personnel to obtain missing clearances.
The NCI Agency point of contact for all information concerning this IFB is Emira Kapetanovic, Principal Contracting Assistant, at Emira.Kapetanovic@ncia.nato.int
Your assistance in this procurement is greatly appreciated.
5. CPV Code(s): 32500000, 48810000, 48000000
6. NUTS code(s): UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, UKK, UKL, UKM, UKN
7. Main site or location of works, main place of delivery or main place of performance: NATO
8. Reference attributed by awarding authority: Not provided.
9. Estimated value of requirement: Value of contract
£5m-50m
10. Opportunity closing date 9.12.2022.
11. Address to which they must be sent: For further information regarding the above contract notice please visit:
12. Other information: TKR-2022121-EX-1512211

RELATED ARTICLES

May 12, 2026

POW-ITT-62616 - Servicing and Maintenance of Fire Extinguishers - PTHB

Type of document: Contract Notice Country: United Kingdom 1. Title: POW-ITT-62616 – SERVICING AND MAINTENANCE OF FIRE EXTINGUISHERS – PTHB 2. Awarding Authority:

May 12, 2026

Shoulder and Arm Guards for Public Order

Type of document: Contract Notice Country: United Kingdom Publication Ref: 042822/S 000-2026 Nature of contract: Supply contract Procedure: Open procedure Regulation of procurement: Not applicable Type