Tender

Provision of Defence Cyber Protection (DCPP) Tool

MINISTRY OF DEFENCE, INFORMATION SYSTEMS AND SERVICES, ISS COMMERCIAL SOURCING TEAM

This public procurement record has 1 release in its history.

Tender

20 Nov 2019 at 18:40

Summary of the contracting process

The United Kingdom Ministry of Defence, specifically the Information Systems and Services, ISS Commercial Sourcing Team, is initiating a tender for the "Provision of Defence Cyber Protection (DCPP) Tool". This opportunity falls within the services industry category and is located in Corsham, UK. The procurement is currently at the tender stage, with submissions due by 16 December 2019. The contract, expected to be valued at approximately £5 million, is intended to replace an existing cyber protection tool, providing critical functionalities for risk assessment and supplier assurance and is set to commence on 30 April 2020, lasting until 29 April 2025.

This tender presents a substantial opportunity for businesses specialising in cybersecurity software and managed services, particularly those capable of adhering to UK Government Digital Service requirements. Companies that can demonstrate expertise in developing secure online tools and maintaining robust data management systems would be particularly well-suited to compete. With a focus on enhancing cyber security within supply chains, the contract may also appeal to SMEs looking to expand their portfolios in Government contracting.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Defence Cyber Protection (DCPP) Tool

Notice Description

The United Kingdom Ministry of Defence will be placing a contract to replace the current Supplier Cyber Protection Tool, which enables the MOD's Defence Cyber Protection Partnership (DCPP) Cyber Security Model. The tool provides both Risk Assessment (RA) and Supplier Assurance Questionnaire (SAQ) functionality, ensuring the process can be flowed down the supply chain. The tool is accessed via the www.gov.uk website and must adhere to UK Government Digital Service (GDS) requirements for design. It uses GDS' Verify online authentication tool to authenticate some of the users. Users log in using multi-factor authentication and are taken to a dashboard showing their existing submissions and can elect to complete an RA or an SAQ. On completion of an RA, the tool calculates the cyber risk profile (N/A, Very Low, Low, Moderate or High) and advises this, together with an RA reference, to the RA author. SAQ authors respond to a specific RA using the RA reference. When flowing down, a contractor's RA (for a sub-contract) is linked back to their original SAQ response. The combination of linked RAs and SAQs provides visibility of the supply chain, for which subcontractor names will be hidden to all except their immediate customer, and to a small number of super-users within MOD. RA and SAQ authors also have options to save, continue and re-use questionnaires and invite collaboration, and anyone may produce a trial RA or SAQ. Only MOD users may initiate a top-level RA. The initial requirement is for a tool, to be delivered as a managed service, consisting of a workflow and back-end database, to replicate the functionality of the current tool, in terms of the process described above. The new tool will be hosted on the MOD Cloud (see supplementary information attached to the PQQ). Further enhancements to extend the functionality to other areas (including secure by design in product/system design and development) will be sought through the ITT process including, but not limited to, those which might offer updates on the cyber security status of particular suppliers. This is intended to be managed through a staged approach, building on the proven effective and stable operation of the baseline functionality. This requirement is specific to MOD needs, with wider Government having an interest in the output. A Commercial Exploitation Licence will be sought as part of the ITT to reflect this. Additional information: To view this notice, register as a supplier here: http://www.contracts.mod.uk/delta/signup.html?userType=supplier and search for the notice with reference 'UK-Corsham: Industry specific software package.'.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-205fb3e6-f536-4294-9959-5221819edce8
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/21ed41ae-d412-4377-b099-367bc75e5f2d
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48100000 - Industry specific software package

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Nov 20196 years ago
Submission Deadline
16 Dec 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
29 Apr 2020 - 29 Apr 2025 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE, INFORMATION SYSTEMS AND SERVICES, ISS COMMERCIAL SOURCING TEAM
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CORSHAM
Postcode
SN13 9NR
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK72 Wiltshire
Delivery Location
Not specified

Local Authority
Wiltshire
Electoral Ward
Corsham Ladbrook
Westminster Constituency
Chippenham

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-205fb3e6-f536-4294-9959-5221819edce8-2019-11-20T18:40:05Z",
    "date": "2019-11-20T18:40:05Z",
    "ocid": "ocds-b5fd17-205fb3e6-f536-4294-9959-5221819edce8",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "BIP80769795",
        "title": "Provision of Defence Cyber Protection (DCPP) Tool",
        "description": "The United Kingdom Ministry of Defence will be placing a contract to replace the current Supplier Cyber Protection Tool, which enables the MOD's Defence Cyber Protection Partnership (DCPP) Cyber Security Model. The tool provides both Risk Assessment (RA) and Supplier Assurance Questionnaire (SAQ) functionality, ensuring the process can be flowed down the supply chain. The tool is accessed via the www.gov.uk website and must adhere to UK Government Digital Service (GDS) requirements for design. It uses GDS' Verify online authentication tool to authenticate some of the users. Users log in using multi-factor authentication and are taken to a dashboard showing their existing submissions and can elect to complete an RA or an SAQ. On completion of an RA, the tool calculates the cyber risk profile (N/A, Very Low, Low, Moderate or High) and advises this, together with an RA reference, to the RA author. SAQ authors respond to a specific RA using the RA reference. When flowing down, a contractor's RA (for a sub-contract) is linked back to their original SAQ response. The combination of linked RAs and SAQs provides visibility of the supply chain, for which subcontractor names will be hidden to all except their immediate customer, and to a small number of super-users within MOD. RA and SAQ authors also have options to save, continue and re-use questionnaires and invite collaboration, and anyone may produce a trial RA or SAQ. Only MOD users may initiate a top-level RA. The initial requirement is for a tool, to be delivered as a managed service, consisting of a workflow and back-end database, to replicate the functionality of the current tool, in terms of the process described above. The new tool will be hosted on the MOD Cloud (see supplementary information attached to the PQQ). Further enhancements to extend the functionality to other areas (including secure by design in product/system design and development) will be sought through the ITT process including, but not limited to, those which might offer updates on the cyber security status of particular suppliers. This is intended to be managed through a staged approach, building on the proven effective and stable operation of the baseline functionality. This requirement is specific to MOD needs, with wider Government having an interest in the output. A Commercial Exploitation Licence will be sought as part of the ITT to reflect this. Additional information: To view this notice, register as a supplier here: http://www.contracts.mod.uk/delta/signup.html?userType=supplier and search for the notice with reference 'UK-Corsham: Industry specific software package.'.",
        "datePublished": "2019-11-20T18:40:05Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "48100000",
            "description": "Industry specific software package"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1800000,
            "currency": "GBP"
        },
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2019-12-16T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2020-04-30T00:00:00+01:00",
            "endDate": "2025-04-29T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/21ed41ae-d412-4377-b099-367bc75e5f2d",
                "datePublished": "2019-11-20T18:40:05Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-131016",
            "name": "Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team",
            "identifier": {
                "legalName": "Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team"
            },
            "address": {
                "streetAddress": "ISS CCT Commercial Team, Spur B2, Building 405, MOD Corsham",
                "locality": "Corsham",
                "postalCode": "SN13 9NR",
                "countryName": "UK"
            },
            "contactPoint": {
                "email": "isscomrcl-cct-group@mod.gov.uk",
                "telephone": "+4403067702034"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-131016",
        "name": "Ministry of Defence, Information Systems and Services, ISS Commercial Sourcing Team"
    }
}