Award

ISS Test Service Partner

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

19 Jun 2019 at 19:43

Summary of the contracting process

The procurement process initiated by the Ministry of Defence involves the tender titled "ISS Test Service Partner," focusing on information technology services. This process aims to establish a contract under the Defence as a Platform (DaaP) model, transitioning from high-value contracts to more cost-efficient collaborative agreements among suppliers. The contract is set to begin on 2nd April 2019 and conclude on 1st April 2021, with an awarded value of £11,612,813. The procurement method is categorised as a negotiated procedure exempt procurement, and the contract delivery addresses extend to various locations including the British Overseas Territories, the Channel Islands, and throughout the United Kingdom.

This tender represents a significant opportunity for businesses specialising in information technology services, particularly those with expertise in ICT test capability, technical integration, and project support for complex service landscapes. Companies that excel in collaborative environments, possess advanced test automation capabilities, and can provide effective resource management are well-suited to compete for this contract. Engaging in this tender could enable businesses to expand their services within the public sector and strengthen their portfolio through collaboration with a major government authority.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

ATOS IT SERVICES

Further Information

Notice Documents

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-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"
                }
            ]
        }
    ]
}