Award

UK NCB NATO CODIFICATION 710780452

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

Tender

06 Sep 2024 at 10:33

Award

06 Sep 2024 at 10:33

Summary of the contracting process

Essex County Council has awarded a contract titled "Security Operations Centre" in the IT services industry sector, specifically classified under consulting, software development, Internet, and support. The contract is aimed at providing a 24/7/365 monitoring and alerting service to enhance cybersecurity. The procurement stage is in the "Award" phase, having been completed and signed as of 14 August 2024. This limited procurement was conducted as an award procedure without prior publication, directly granted to Phoenix Software Ltd due to the bespoke nature of the existing system. The location for this project is within the UKH3 region, and the contract duration is one year valued at £205,031.06.

This tender provides significant business growth opportunities, particularly for IT service providers specialising in cybersecurity. It’s a prime opportunity for businesses capable of offering continuous monitoring services, understanding bespoke code requirements, and rapidly detecting cyber threats. Companies with an existing relationship or knowledge of Essex County Council's systems, like Phoenix Software Ltd, are ideal candidates. However, other IT firms seeking similar tenders should ensure they have the technical prowess and certifications to fulfill the Council's stringent cybersecurity needs.

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

UK NCB NATO CODIFICATION 710780452

Notice Description

Defence Equipment and Support (DE&S) part of the Ministry of Defence (MOD) requires a suitable contract to provide codification services to defence via the UK National Codification Bureau (UKNCB) to be in place prior to March 25. Cyber Risk profile is Low RAR - 240328A04. Quantity or scope: NATO Codification is the internationally agreed system under which military equipment and component parts, are uniformly named, described, and classified within electronic records. These electronic records are created and currently stored in the Codification Support Information System database. Each Item of Supply record is assigned a unique NATO Stock Number (NSN). The system provides a single supply language to promote logistics interoperability between participating nations. The UK National Codification Bureau (UK NCB) based at Kentigern House in Glasgow is the Sole Authority in the UK responsible for implementation and management of the UK's participation in the overall NATO codification system. It is also responsible for oversight and management of the Codification contract, ensuring that the capability is in place to meet all Codification needs for the Ministry of Defence (MOD). The Codification Contractor is crucial in supporting and maintaining the UK MOD operational efficiency through streamlined and accurate NATO Codification efforts. UKNCB aims to sustain and enhance the efficiency and reliability of the MOD codification needs, ensuring seamless integration and cooperation within the broader NATO framework. The Provider is to collaborate closely with UKNCB to ensure all Codification activities are in line with established codification policies and procedures. All potential bidders should be advised, as part of tender evaluation you will be assessed on your capability to codify by means of an assessment process. The Codification Provider must Implement and maintain a Management System, certified by a third-party Certification Body, which has been accredited by the United Kingdom Accreditation Service (UKAS), or a signatory to the International Accreditation Forum - Multi Lateral Agreement (IAF-MLA). This shall include the production and maintenance of a Quality Manual, a copy of which shall be supplied to the Authority. The Management system is to be certified to ISO 9001:2015. The ISO 9001 management system is to be supplemented by the requirements of Allied Quality Assurance Publication AQAP 2110 - NATO QA Requirements for Design Development and Production. Duration of the contract is 24 months with option to extend via 2 x 12 months. Estimated value PS8,000,000 to PS10,000,000

Lot Information

Lot 1

This service will provide a 24/7/365 SOC service capable of detecting and alerting ECC to any potential cyber security incidents.

Procurement Information

Direct award via a waiver to the incumbent provider for one year only. It is not possible for another contractor to be procured for this one year period because it requires bespoke code to be written for the Council. Also, the current monitoring system is owned by Phoenix Software Ltd and was purpose built to the Council's requirements. Another organisation cannot provide the commissioned service given the code owned by the incumbent provider would not be transferrable. Failure to maintain this system, exposes the Council to a far greater risk of undetected cyber-attack.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0498b7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028580-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

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

75 - Administration, defence and social security services


CPV Codes

32552430 - Coding equipment

72000000 - IT services: consulting, software development, Internet and support

75221000 - Military defence services

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£205,031 £100K-£500K

Notice Dates

Publication Date
6 Sep 20241 years ago
Submission Deadline
8 Oct 2024Expired
Future Notice Date
Not specified
Award Date
13 Aug 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Additional Buyers

ESSEX COUNTY COUNCIL

Contact Name
Attn: Towell Sue, Georgia Agius
Contact Email
georgia.agius@essex.gov.uk, sue.towell569@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CHELMSFORD
Postcode
CM1 1QH
Post Town
Chelmsford
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLH3 Essex

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Supplier Information

Number of Suppliers
1
Supplier Name

PHOENIX SOFTWARE

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-0498b7-2024-09-06T11:33:11+01:00",
    "date": "2024-09-06T11:33:11+01:00",
    "ocid": "ocds-h6vhtk-0498b7",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0498b7",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "UK NCB NATO CODIFICATION 710780452",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75221000",
            "description": "Military defence services"
        },
        "mainProcurementCategory": "services",
        "description": "Defence Equipment and Support (DE&S) part of the Ministry of Defence (MOD) requires a suitable contract to provide codification services to defence via the UK National Codification Bureau (UKNCB) to be in place prior to March 25. Cyber Risk profile is Low RAR - 240328A04. Quantity or scope: NATO Codification is the internationally agreed system under which military equipment and component parts, are uniformly named, described, and classified within electronic records. These electronic records are created and currently stored in the Codification Support Information System database. Each Item of Supply record is assigned a unique NATO Stock Number (NSN). The system provides a single supply language to promote logistics interoperability between participating nations. The UK National Codification Bureau (UK NCB) based at Kentigern House in Glasgow is the Sole Authority in the UK responsible for implementation and management of the UK's participation in the overall NATO codification system. It is also responsible for oversight and management of the Codification contract, ensuring that the capability is in place to meet all Codification needs for the Ministry of Defence (MOD). The Codification Contractor is crucial in supporting and maintaining the UK MOD operational efficiency through streamlined and accurate NATO Codification efforts. UKNCB aims to sustain and enhance the efficiency and reliability of the MOD codification needs, ensuring seamless integration and cooperation within the broader NATO framework. The Provider is to collaborate closely with UKNCB to ensure all Codification activities are in line with established codification policies and procedures. All potential bidders should be advised, as part of tender evaluation you will be assessed on your capability to codify by means of an assessment process. The Codification Provider must Implement and maintain a Management System, certified by a third-party Certification Body, which has been accredited by the United Kingdom Accreditation Service (UKAS), or a signatory to the International Accreditation Forum - Multi Lateral Agreement (IAF-MLA). This shall include the production and maintenance of a Quality Manual, a copy of which shall be supplied to the Authority. The Management system is to be certified to ISO 9001:2015. The ISO 9001 management system is to be supplemented by the requirements of Allied Quality Assurance Publication AQAP 2110 - NATO QA Requirements for Design Development and Production. Duration of the contract is 24 months with option to extend via 2 x 12 months. Estimated value PS8,000,000 to PS10,000,000",
        "lots": [
            {
                "id": "1",
                "description": "This service will provide a 24/7/365 SOC service capable of detecting and alerting ECC to any potential cyber security incidents.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH3"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                }
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "Direct award via a waiver to the incumbent provider for one year only. It is not possible for another contractor to be procured for this one year period because it requires bespoke code to be written for the Council. Also, the current monitoring system is owned by Phoenix Software Ltd and was purpose built to the Council's requirements. Another organisation cannot provide the commissioned service given the code owned by the incumbent provider would not be transferrable. Failure to maintain this system, exposes the Council to a far greater risk of undetected cyber-attack.",
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "32552430",
                "description": "Coding equipment"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "3",
                "description": "Defence services, military defence services and civil defence services"
            }
        ],
        "value": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "Option years include 2 x 12 months"
        },
        "hasRenewal": false,
        "contractPeriod": {
            "durationInDays": 720
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "The Authority reserves the right to request a Parent Company Guarantee.",
            "languages": [
                "en"
            ]
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "See Pre-qualification questionnaire",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "See Pre-qualification questionnaire",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "otherTerms": "The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter (SAL), the Authority reserves the right to amend the terms of the SAL to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise. Industry currently undertake the services, so therefore TUPE obligations are a possibility.",
            "financialTerms": "Payment will be monthly subject to performance of the service",
            "tendererLegalForm": "If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract."
        },
        "secondStage": {
            "minimumCandidates": 4,
            "maximumCandidates": 4,
            "invitationDate": "2024-10-14T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2024-10-08T12:00:00+01:00"
        }
    },
    "awards": [
        {
            "id": "028581-2024-1",
            "relatedLots": [
                "1"
            ],
            "title": "Security Operations Centre",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-2548628",
                    "name": "Phoenix Software Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-120717",
            "name": "Essex County Council",
            "identifier": {
                "legalName": "Essex County Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "COUNTY HALL",
                "locality": "CHELMSFORD",
                "region": "UKH36",
                "postalCode": "CM11QH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Georgia Agius",
                "email": "georgia.agius@essex.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.essex.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-2548628",
            "name": "Phoenix Software Limited",
            "identifier": {
                "legalName": "Phoenix Software Limited",
                "id": "2548628",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Bytes House",
                "locality": "Surrey",
                "region": "UKJ26",
                "postalCode": "KT22 7TW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-3523",
            "name": "Essex County Council",
            "identifier": {
                "legalName": "Essex County Council"
            },
            "address": {
                "locality": "Chelmsford",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-48904",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Abbey Wood, Filton",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Towell Sue",
                "email": "sue.towell569@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-48904",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "028581-2024-1",
            "awardID": "028581-2024-1",
            "title": "Security Operations Centre",
            "status": "active",
            "value": {
                "amount": 205031.06,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-14T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement."
}