II.2.2) Cod(au) CPV ychwanegol
30237110
32400000
32412000
32412100
32415000
32420000
32424000
32427000
32428000
32430000
50312310
72315000
72315100
72315200
72511000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The purpose of this Contract Notice is to inform the market of the opportunity for the provision of WAN Services to the MoJ. The scope of the WAN services includes:
•Service Transition – Transition of services while maintaining service continuity;
•WAN Connectivity – Secure connectivity to corporate services;
•Gateway Services – Secure access to other network domains, cross-government services, and the Internet; and
•Core Network Services – Services required for the delivery of the end-to-end network services.
Service Transition includes:
•Responsibility for service transition to ensure service continuity through to transition to the new services as outlined in the WAN Descriptive Document;
•Mobilisation and planning for transition; and
•Design and delivery of the new WAN services.
WAN Connectivity includes:
•Provision of field services;
•Provision of Internet circuits and enterprise grade broadband;
•Supply and / or maintenance of NTE;
•Optimised cloud access, supporting SaaS peering at edge co-location; and
•Provision of carrier Internet services, supporting resilient access to SaaS and IaaS services.
Gateway Services includes:
•Take-over, management and maintenance of:
o services that provide connectivity and encrypt LAN traffic between data centres;
o Internet access provision at the MoJ data centres;
o data centre load balancers;
o the remote access solution utilised by the Authority to access the ViSOR application hosted by the Police; and
o a secure, resilient network-to-network interconnect gateway.
Core Network Services includes:
•Provision of a secure and authenticated master time reference service;
•Take-over, maintenance and management of the existing networks non-live environment;
•Enforcing strong authentication and provision of a PAM service;
•Integration with MoJ’s IPAM and DHCP services and interfacing with the MoJ’s DNS.
In addition, there are Service Management, Social Value and Security obligations which the Supplier must comply with in the delivery of the WAN Services.
Optional Services have been included within the Services Description Schedule. While these Optional Services are not within the initial scope of the WAN Services at the start of the Contract, the MoJ may require the Supplier to provide any or all of the Optional Services at any time during the term of the Contract by giving notice to the Supplier.
The key Optional Services include:
•Provision of public sector networks (PSN) access services to allow the MoJ to connect to OGDs over the PSN;
•Mobile broadband services;
•Direct cloud access services;
•Management and maintenance of an existing end user remote access service;
•Provision of an IPAM service;
•Take-over maintenance and management of Forcepoint proxy servers; and
•Provision of SASE services including secure web gateway, cloud access security broker, data loss prevention, zero trust network access / VPN, Internet of things, firewall as a service including RAS client termination, encryption/decryption and SD-WAN services.
The MoJ is using the competitive dialogue procedure, pursuant to the Public Contracts Regulations 2015 (PCR 2015), Regulation 30. The aim of the competitive dialogue is to enable the MoJ to identify the solution or solutions which are capable of meeting its needs. This is a multi-stage process consisting of:
• a selection questionnaire (SQ) stage;
• an invitation to submit outline solutions (ISOS) stage (The ISOS will be issued with the invitation to participate in dialogue (ITPD));
• an invitation to submit detailed solutions (ISDS) stage; and
• an invitation to submit final tenders (ISFT) stage.
This contract notice has been published in conjunction with the commencement of the SQ stage.
Interested suppliers are encouraged to read the ‘WAN Descriptive Document’ which provides more information about the scope of the WAN Services and the procurement process which the MoJ intends to follow.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 200 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 84
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Up to three optional one-year (12 month) extensions, making a maximum total contract duration of 120 months.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Nifer yr ymgeiswyr a ragwelir: 3
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
As set out in the SQ instructions which can be found at the MoJ’s procurement portal.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Additional optional services may be purchased during the term of the Contract.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
To respond to this opportunity suppliers must be registered on the eSourcing portal, and have signed confidentiality agreements to access the procurement documents under PQQ_341 - Evolve WAN Services. To register please go to
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
To request a confidentiality agreement e-mail evolve.portfolio@justice.gov.uk stating the PQQ Ref