Award

Host, manage, maintain and running of The National Security Vetting System

CABINET OFFICE

This public procurement record has 1 release in its history.

Award

01 Aug 2023 at 16:46

Summary of the contracting process

The Cabinet Office has awarded a contract for the "Host, manage, maintain, and running of The National Security Vetting System" to CGI IT UK Limited. The procurement process was a limited negotiation without publication of a contract notice, with a rationale that no other economic operator can meet the technical requirements due to the absence of suitable alternatives. The procurement was for industry-specific software development services in the services category. The contract is valued at 0.01 GBP, signed on 1st August 2023, and related to the security vetting system managed by UKSV in a highly secured environment.

This tender presents an opportunity for businesses specialised in compliance and industry-specific software development services to engage with critical national security projects. The National Security Vetting System, a legacy system in need of transformation, is a long-term project that requires a deep understanding of security protocols, IT infrastructure, and service management. Companies with expertise in security operations, application management, and ITIL shared services could find this tender particularly suited to their capabilities, aiming to contribute to the UK government's critical national security initiatives through innovative and adaptive solutions.

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

Host, manage, maintain and running of The National Security Vetting System

Notice Description

This Voluntary Ex Ante Transparency (VEAT) notice relates to the provisions of services to host, manage, maintain and run Cabinet Office's UK Security Vetting (UKSV) Agency's National Security Vetting System (NSVS). This is a direct award for the services provided by the incumbent in the running of the existing NSVS system, which is a critical security system used by HMG and a significant component of this legacy system's IP is owned by the incumbent. The NSVS system sits in a highly secured accredited environment. This legacy system is about 10 years old and is in need of transformation. The transformation programme to develop a new vetting system is separately being looked at by UKSV.

Lot Information

Lot 1

This Voluntary Ex Ante Transparency (VEAT) notice relates to the provisions of services to host, manage, maintain and run Cabinet Office's UK Security Vetting (UKSV) Agency's National Security Vetting System (NSVS). This is a direct award for the services provided by the incumbent in the running of the existing NSVS system, which is a critical security system used by HMG and a significant component of this legacy system's Intellectual Property (IP) is owned by the incumbent. The NSVS system sits in a highly secured accredited environment. This legacy system is about 10 years old and is in need of transformation. The transformation programme to develop a new vetting system is separately being looked at by UKSV. NSVS is faced by highly sophisticated attacks conducted by nation-states with near-limitless resources. A complex set of specific requirements are needed to help keep NSVS (and more importantly the vetting data that it holds) safe and secure, which are being developed as part of the planning for a replacement system and service. The current system is held in a high trust environment in the MoD estate, accredited to a set of standards set by the UK Government's National Technical Authorities including the National Cyber Security Centre and the National Protective Security Authority (NPSA, formerly CPNI). The system is subject to monitoring and access control procedures that are conducted by the MoD, tailored to the configuration of the NSVS system and platform. The National Security Vetting System (NSVS) was built by the incumbent, who was consequently awarded the contract to host, manage, maintain and run NSVS. Built around its predecessor, NSVS was launched into service in 2015. The current contract includes the NSVS service provision and management approach, underpinned by their delivery model below. The NSVS service comprises the following features: * Service governance; * In service management; * Service desk; * Information Technology Infrastructure Library (ITIL shared services); * Data centres; * Hosting services and event management; * Security Operations Centre monitoring; * Application management; * Management of change. In addition, the new contract provides enhanced performance management and reporting, clear exit obligations and a value for money commercial model. These new provisions will mean that the UKSV transformation programme can open up options for a long-term replacement solution for NSVS.

Procurement Information

NSVS is the only IT platform available to process requests for national security vetting that meets the requirements of both UKSV and its customers. UKSV is an important apparatus protecting the UK from attack by ensuring that suitably qualified people are appropriately vetted during the appointment process. A surge in demand caused by the war in Ukraine and a backlog due to Covid-19 placed increased pressure on the system which has delayed any meaningful transformation work. Cabinet Office has resumed work on transformation but it is not practically possible for a replacement system for NSVS, supplied by an economic operator other than the incumbent, to be procured and operational in time for the expiry of the current contract in February 2024 because: * there are no suitable commercial off the shelf products available that would support a quick re-procurement exercise; * replacing the incumbent with another supplier would mean replicating a very specific set of security controls and building a new environment to manage that complexity, which cannot be done before February 2024; and * The incumbent owns essential intellectual property that interfaces with another supplier's software and systems. Any new supplier would need to build a similar interface solution to connect to multiple sources and translate data into suitable formats for the rest of the system to process which would require a considerable length of time.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03ec35
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022387-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72212100 - Industry specific software development services

72212170 - Compliance software development services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Aug 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
31 Jul 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CABINET OFFICE
Contact Name
Chris Barlow
Contact Email
commercial@cabinetoffice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 2AS
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

CGI IT

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-h6vhtk-03ec35-2023-08-01T17:46:22+01:00",
    "date": "2023-08-01T17:46:22+01:00",
    "ocid": "ocds-h6vhtk-03ec35",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03ec35",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Host, manage, maintain and running of The National Security Vetting System",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72212100",
            "description": "Industry specific software development services"
        },
        "mainProcurementCategory": "services",
        "description": "This Voluntary Ex Ante Transparency (VEAT) notice relates to the provisions of services to host, manage, maintain and run Cabinet Office's UK Security Vetting (UKSV) Agency's National Security Vetting System (NSVS). This is a direct award for the services provided by the incumbent in the running of the existing NSVS system, which is a critical security system used by HMG and a significant component of this legacy system's IP is owned by the incumbent. The NSVS system sits in a highly secured accredited environment. This legacy system is about 10 years old and is in need of transformation. The transformation programme to develop a new vetting system is separately being looked at by UKSV.",
        "lots": [
            {
                "id": "1",
                "description": "This Voluntary Ex Ante Transparency (VEAT) notice relates to the provisions of services to host, manage, maintain and run Cabinet Office's UK Security Vetting (UKSV) Agency's National Security Vetting System (NSVS). This is a direct award for the services provided by the incumbent in the running of the existing NSVS system, which is a critical security system used by HMG and a significant component of this legacy system's Intellectual Property (IP) is owned by the incumbent. The NSVS system sits in a highly secured accredited environment. This legacy system is about 10 years old and is in need of transformation. The transformation programme to develop a new vetting system is separately being looked at by UKSV. NSVS is faced by highly sophisticated attacks conducted by nation-states with near-limitless resources. A complex set of specific requirements are needed to help keep NSVS (and more importantly the vetting data that it holds) safe and secure, which are being developed as part of the planning for a replacement system and service. The current system is held in a high trust environment in the MoD estate, accredited to a set of standards set by the UK Government's National Technical Authorities including the National Cyber Security Centre and the National Protective Security Authority (NPSA, formerly CPNI). The system is subject to monitoring and access control procedures that are conducted by the MoD, tailored to the configuration of the NSVS system and platform. The National Security Vetting System (NSVS) was built by the incumbent, who was consequently awarded the contract to host, manage, maintain and run NSVS. Built around its predecessor, NSVS was launched into service in 2015. The current contract includes the NSVS service provision and management approach, underpinned by their delivery model below. The NSVS service comprises the following features: * Service governance; * In service management; * Service desk; * Information Technology Infrastructure Library (ITIL shared services); * Data centres; * Hosting services and event management; * Security Operations Centre monitoring; * Application management; * Management of change. In addition, the new contract provides enhanced performance management and reporting, clear exit obligations and a value for money commercial model. These new provisions will mean that the UKSV transformation programme can open up options for a long-term replacement solution for NSVS.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72212170",
                        "description": "Compliance software development services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "NSVS is the only IT platform available to process requests for national security vetting that meets the requirements of both UKSV and its customers. UKSV is an important apparatus protecting the UK from attack by ensuring that suitably qualified people are appropriately vetted during the appointment process. A surge in demand caused by the war in Ukraine and a backlog due to Covid-19 placed increased pressure on the system which has delayed any meaningful transformation work. Cabinet Office has resumed work on transformation but it is not practically possible for a replacement system for NSVS, supplied by an economic operator other than the incumbent, to be procured and operational in time for the expiry of the current contract in February 2024 because: * there are no suitable commercial off the shelf products available that would support a quick re-procurement exercise; * replacing the incumbent with another supplier would mean replicating a very specific set of security controls and building a new environment to manage that complexity, which cannot be done before February 2024; and * The incumbent owns essential intellectual property that interfaces with another supplier's software and systems. Any new supplier would need to build a similar interface solution to connect to multiple sources and translate data into suitable formats for the rest of the system to process which would require a considerable length of time."
    },
    "awards": [
        {
            "id": "022387-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-52597",
                    "name": "CGI IT UK Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-8358",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "LONDON",
                "region": "UKI32",
                "postalCode": "SW1A2AS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Chris Barlow",
                "email": "commercial@cabinetoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/cabinet-office",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-52597",
            "name": "CGI IT UK Limited",
            "identifier": {
                "legalName": "CGI IT UK Limited",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-124",
            "name": "Public Procurement Review Service",
            "identifier": {
                "legalName": "Public Procurement Review Service"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-8358",
        "name": "Cabinet Office"
    },
    "contracts": [
        {
            "id": "022387-2023-1",
            "awardID": "022387-2023-1",
            "status": "active",
            "value": {
                "amount": 0.01,
                "currency": "GBP"
            },
            "dateSigned": "2023-08-01T00:00:00+01:00"
        }
    ],
    "language": "en"
}