Notice Information
Notice Title
ISS Test Service Partner
Notice Description
ISS is the organisation within the MOD responsible for delivering the Defence Information Strategy, through the design, development and operation of information and communication technology across the Authority. In line with this strategy, ISS is moving away from current high-value and complex contracts to a more cost-efficient 'Defence as a Platform' model. The DaaP model will enable ISS to move from the current high-value and complex contracts to a more cost-efficient platform model with common architecture across all services, enabling smaller and more agile contracts to be placed. The DaaP contract structure will involve suppliers of DaaP services working together collaboratively. This requirement will be supported by a binding collaboration agreement which will set out a range of objectives and principles designed to encourage and facilitate collaboration among suppliers. The DaaP model also anticipates that ISS will build upon its existing in-house end-to-end ICT technical integration, integration testing and transition planning and support capability. TSP role and responsibilities The Authority now wishes to procure an ISS Test Service Partner to support the Test Capability and bring about the step-change in capability required to deliver the full benefits of the DaaP model, and manage an increasingly complex multi-sourcing service landscape. The TSP will augment and support the Test Capability to provide the requisite ICT test capability, encompassing technical integration and transition planning aspects, to meet the needs of all ISS projects and programmes for the delivery of, and changes to, specific ICT services. This will include (without limitation) the TSP delivering the following services to ISS and the Authority: a) enabling the Test Capability to manage new and ongoing support requirements across ISS Projects; b) helping the Test Capability team and its stakeholders to understand and navigate Test Capability services; c) providing timely and accurate management information and reports concerning the performance and operation of the Test Capability; d) helping the Test Capability to manage its resources effectively and efficiently; e) ensuring ISS Projects have the required test resource profile; f) ensuring that test toolsets are used in the most appropriate manner to deliver the most efficient and effective outcomes for ISS Projects; g) maximising the use of test automation through tooling to deliver greater effectiveness and efficiency; h) capturing, planning and managing ISS test requirements across ISS Projects; i) ensuring the Forward Schedule of Test is accurate and up-to-date; j) supporting the Test Capability to provide assurance, support and governance for testing, technical integration and technical transition across all the end-to-end lifecycle of all ISS Projects; and k) checking that all available appropriate representative test environments are federated and managed for effective use by ISS.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-abc64a2e-234e-4554-bb6f-1a52fcb7c7b5
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/5d0b8a82-e334-42f9-97bb-e879af7b24cd
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Other - Negotiated Procedure Exempt Procurement
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72222300 - Information technology services
72223000 - Information technology requirements review services
72610000 - Computer support services
72800000 - Computer audit and testing services
Notice Value(s)
- Tender Value
- £11,612,813 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- £11,612,813 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Jun 20196 years ago
- Submission Deadline
- 14 Sep 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Apr 20196 years ago
- Contract Period
- 22 Apr 2019 - 1 Apr 2021 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- 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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/5d0b8a82-e334-42f9-97bb-e879af7b24cd
19th June 2019 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/9ba29056-a6a7-4934-bf4e-5c0e80d76e93
TSP Collaboration Agreement -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/71700a3a-8dd9-438c-8702-84fa8f762676
Schedule 1 (Work Packages) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/5a919daa-5866-46a8-bcbb-2d362779f35b
Schedule 02 (Authority Dependencies) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/d2acdc27-8c4b-43a6-beba-27263a1e202f
Schedule 4 (Charging and Invoicing) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/af23a4bc-af63-4f93-9c90-f49813b1e803
Schedule 05 (Authority Standards) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/f739a8d6-b1da-4edc-a25c-3420f4692962
Schedule 06 (Security Requirements) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/3fd7b717-092f-47c2-a341-64b4fb85f6c0
Schedule 07 (Governance and Reporting) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/e5250b60-ce5f-44fe-81a7-fb6420835030
Schedule 08 (Form of Work Package) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/c13ac8b5-ca34-41f2-b1ce-abd7a0c88e48
Schedule 09 (Change Control) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/2d35cf79-d8d5-4377-b22b-f4b888e9f3b6
Schedule 11 (Approved Subcontractors) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/280060b6-c1e7-4166-8d53-336d7076c6d9
Schedule 12 (Exit Management) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/e808485e-e623-4b92-8489-726c56e64c8a
Schedule 13 (Employee Transfer Part I and II) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/554378b3-dfa7-472b-8fb7-a5fdac330604
Schedule 14 (Commercially Sensitive Information) -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/a8240194-7f90-428a-b825-4f765646314c
Schedule 15 (Contractor Software)
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-abc64a2e-234e-4554-bb6f-1a52fcb7c7b5-2019-06-19T20:43:11+01:00",
"date": "2019-06-19T20:43:11+01:00",
"ocid": "ocds-b5fd17-abc64a2e-234e-4554-bb6f-1a52fcb7c7b5",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "ISS/DaaP/007",
"title": "ISS Test Service Partner",
"description": "ISS is the organisation within the MOD responsible for delivering the Defence Information Strategy, through the design, development and operation of information and communication technology across the Authority. In line with this strategy, ISS is moving away from current high-value and complex contracts to a more cost-efficient 'Defence as a Platform' model. The DaaP model will enable ISS to move from the current high-value and complex contracts to a more cost-efficient platform model with common architecture across all services, enabling smaller and more agile contracts to be placed. The DaaP contract structure will involve suppliers of DaaP services working together collaboratively. This requirement will be supported by a binding collaboration agreement which will set out a range of objectives and principles designed to encourage and facilitate collaboration among suppliers. The DaaP model also anticipates that ISS will build upon its existing in-house end-to-end ICT technical integration, integration testing and transition planning and support capability. TSP role and responsibilities The Authority now wishes to procure an ISS Test Service Partner to support the Test Capability and bring about the step-change in capability required to deliver the full benefits of the DaaP model, and manage an increasingly complex multi-sourcing service landscape. The TSP will augment and support the Test Capability to provide the requisite ICT test capability, encompassing technical integration and transition planning aspects, to meet the needs of all ISS projects and programmes for the delivery of, and changes to, specific ICT services. This will include (without limitation) the TSP delivering the following services to ISS and the Authority: a) enabling the Test Capability to manage new and ongoing support requirements across ISS Projects; b) helping the Test Capability team and its stakeholders to understand and navigate Test Capability services; c) providing timely and accurate management information and reports concerning the performance and operation of the Test Capability; d) helping the Test Capability to manage its resources effectively and efficiently; e) ensuring ISS Projects have the required test resource profile; f) ensuring that test toolsets are used in the most appropriate manner to deliver the most efficient and effective outcomes for ISS Projects; g) maximising the use of test automation through tooling to deliver greater effectiveness and efficiency; h) capturing, planning and managing ISS test requirements across ISS Projects; i) ensuring the Forward Schedule of Test is accurate and up-to-date; j) supporting the Test Capability to provide assurance, support and governance for testing, technical integration and technical transition across all the end-to-end lifecycle of all ISS Projects; and k) checking that all available appropriate representative test environments are federated and managed for effective use by ISS.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72223000",
"description": "Information technology requirements review services"
},
{
"scheme": "CPV",
"id": "72610000",
"description": "Computer support services"
},
{
"scheme": "CPV",
"id": "72800000",
"description": "Computer audit and testing services"
}
],
"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"
}
]
}
],
"value": {
"amount": 11612813,
"currency": "GBP"
},
"procurementMethodDetails": "Other - Negotiated Procedure Exempt Procurement",
"tenderPeriod": {
"endDate": "2018-09-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2019-04-02T00:00:00+01:00",
"endDate": "2021-04-01T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/7U7AuvS7",
"name": "MINISTRY OF DEFENCE",
"identifier": {
"legalName": "MINISTRY OF DEFENCE",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/7U7AuvS7"
},
"address": {
"streetAddress": "TSP Comrcl, Spur E1, Bldg 405, MOD Corsham, Westwells Road",
"locality": "Corsham",
"postalCode": "SN13 9NR",
"countryName": "England"
},
"contactPoint": {
"name": "Jonathan Irons",
"email": "Jonathan.Irons443@mod.gov.uk",
"telephone": "03067707485"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-01245534",
"name": "Atos IT Services UK Limited",
"identifier": {
"legalName": "Atos IT Services UK Limited",
"scheme": "GB-COH",
"id": "01245534"
},
"address": {
"streetAddress": "Floor 2, MidCity Place, 71 High Street, Holborn, London, WC1V 6EA, United Kingdom"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/7U7AuvS7",
"name": "MINISTRY OF DEFENCE"
},
"awards": [
{
"id": "ocds-b5fd17-abc64a2e-234e-4554-bb6f-1a52fcb7c7b5-1",
"status": "active",
"date": "2019-04-02T00:00:00+01:00",
"datePublished": "2019-06-19T20:43:11+01:00",
"value": {
"amount": 11612813,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-01245534",
"name": "Atos IT Services UK Limited"
}
],
"contractPeriod": {
"startDate": "2019-04-23T00:00:00+01:00",
"endDate": "2021-04-01T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/5d0b8a82-e334-42f9-97bb-e879af7b24cd",
"datePublished": "2019-06-19T20:43:11+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "contractSigned",
"description": "TSP Front End",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/776b99a6-5e0f-445c-a843-19745d26d850",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "contractSigned",
"description": "TSP Collaboration Agreement",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9ba29056-a6a7-4934-bf4e-5c0e80d76e93",
"format": "application/pdf"
},
{
"id": "4",
"documentType": "contractSchedule",
"description": "Schedule 1 (Work Packages)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/71700a3a-8dd9-438c-8702-84fa8f762676",
"format": "application/pdf"
},
{
"id": "5",
"documentType": "contractSchedule",
"description": "Schedule 02 (Authority Dependencies)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5a919daa-5866-46a8-bcbb-2d362779f35b",
"format": "application/pdf"
},
{
"id": "6",
"documentType": "contractSchedule",
"description": "Schedule 03 (Work Plan)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9a18ea37-70f9-4e02-a01d-8839176d05ae",
"format": "application/pdf"
},
{
"id": "7",
"documentType": "contractSchedule",
"description": "Schedule 4 (Charging and Invoicing)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d2acdc27-8c4b-43a6-beba-27263a1e202f",
"format": "application/pdf"
},
{
"id": "8",
"documentType": "contractSchedule",
"description": "Schedule 05 (Authority Standards)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/af23a4bc-af63-4f93-9c90-f49813b1e803",
"format": "application/pdf"
},
{
"id": "9",
"documentType": "contractSchedule",
"description": "Schedule 06 (Security Requirements)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f739a8d6-b1da-4edc-a25c-3420f4692962",
"format": "application/pdf"
},
{
"id": "10",
"documentType": "contractSchedule",
"description": "Schedule 07 (Governance and Reporting)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3fd7b717-092f-47c2-a341-64b4fb85f6c0",
"format": "application/pdf"
},
{
"id": "11",
"documentType": "contractSchedule",
"description": "Schedule 08 (Form of Work Package)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e5250b60-ce5f-44fe-81a7-fb6420835030",
"format": "application/pdf"
},
{
"id": "12",
"documentType": "contractSchedule",
"description": "Schedule 09 (Change Control)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c13ac8b5-ca34-41f2-b1ce-abd7a0c88e48",
"format": "application/pdf"
},
{
"id": "13",
"documentType": "contractSchedule",
"description": "Schedule 10 (Records)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8ea9616f-a4ac-4e1d-bc5b-61ff9ed1ce13",
"format": "application/pdf"
},
{
"id": "14",
"documentType": "contractSchedule",
"description": "Schedule 11 (Approved Subcontractors)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2d35cf79-d8d5-4377-b22b-f4b888e9f3b6",
"format": "application/pdf"
},
{
"id": "15",
"documentType": "contractSchedule",
"description": "Schedule 12 (Exit Management)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/280060b6-c1e7-4166-8d53-336d7076c6d9",
"format": "application/pdf"
},
{
"id": "16",
"documentType": "contractSchedule",
"description": "Schedule 13 (Employee Transfer Part I and II)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e808485e-e623-4b92-8489-726c56e64c8a",
"format": "application/pdf"
},
{
"id": "17",
"documentType": "contractSchedule",
"description": "Schedule 14 (Commercially Sensitive Information)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/554378b3-dfa7-472b-8fb7-a5fdac330604",
"format": "application/pdf"
},
{
"id": "18",
"documentType": "contractSchedule",
"description": "Schedule 15 (Contractor Software)",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a8240194-7f90-428a-b825-4f765646314c",
"format": "application/pdf"
}
]
}
]
}