Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
UK
Telephone: +44 1908781000
E-mail: Jackie.Willmer@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: www.networkrail.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://networkrail.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://networkrail.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Online Key Management System
II.1.2) Main CPV code
72228000
II.1.3) Type of contract
Services
II.1.4) Short description
Network Rail intends to carry out a procurement exercise to establish a contract for the delivery of a national online key management system. Your formal expression of Interest will be indicated when a PQQ is completed and issued for Network Rails consideration.
The National Online Key Management System (OKMS) will provide the centralised key administration for all ETCS entities operating on the UK railway, using both online and offline distribution methods. Cryptographic keys are required by each European Train Control System (ETCS) Radio Block Centre (RBC) and each ETCS On Board Unit (OBU) to enable them to communicate over the GSM-R network securely.
The supplier will be required to provide and implement an efficient and intuitive National Online Key Management System (OKMS) which will generate, store, manage, distribute, archive and delete software cryptographic keys for the UK railway.
The system will also support offline key distribution by allowing encrypted keys to be sent.
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32510000
34632000
34632200
34943000
35120000
51611100
71316000
72212140
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Network Rail intends to carry out a procurement exercise to establish a contract for the delivery of a national online key management system. Your formal expression of Interest will be indicated when a PQQ is completed and issued for Network Rails consideration.
The national online key management system (OKMS) will provide the centralised key administration for all ETCS entities operating on the UK railway, using both online and offline distribution methods. Cryptographic keys are required by each European Train Control System (ETCS) Radio Block Centre (RBC) and each ETCS On Board Unit (OBU) to enable them to communicate over the GSM-R network securely.
The supplier will be required to provide and implement an efficient and intuitive National Online Key Management System (OKMS) which will generate, store, manage, distribute, archive and delete software cryptographic keys for the UK railway.
The system will also support offline key distribution by allowing encrypted keys to be sent via a variety of methods including physical media, email and remote download.
The OKMS is broken down into 3 elements to be delivered over two phases.
The 3 elements are:
1) Key Management Centre (KMC)
Provide the software and hardware for a National ETCS Key Management Centre that is compliant with the CCS TSI subsets relevant to Key Management (e.g. SUBSET-137, SUBSET-114, SUBSET-038 etc), including both online and offline distribution.
2) Public Key Infrastructure (PKI)
Provide public key infrastructure to enable online distribution of authentication keys (KMACs) via GPRS and FTNx retain access to supplier of PKI element so that cyber threats, software updates etc are well managed.
Provide the opportunity to use the PKI system for other functionality
3) Online Key Remote Access (OK-RA)
Provide a secure web-based user interface for remote users to perform key management tasks support and licencing for a 15-year period post implementation is also required.
Interested parties are advised that Network Rail do not currently have budget approval for this scope of work, this procurement process will generate a cost which will be presented to the sponsor to secure Investment Panel approval before any contract can be awarded.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
21/01/2039
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The value of the contract shown in this Notice is the upper limit estimate, including licencing and support for 15 years after the initial design and implementation is complete.
The contract duration of 17 years is an estimate of the design and implementation phase plus a potential 15 years of support and licencing.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.6) Deposits and guarantees required:
A parent company guarantee may be required depending upon the outcome of the financial review of the supplier prior to award.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Network Rail will accept pre-qualification and tender submissions from single entities or consortia. Network Rail does not require those consortia who intend to form a single legal entity to do so at the pre- qualification stage. If consortia members change at any point during the procurement process, Network Rail reserves the right to re-visit the pre-qualification stages to consider the impact of the updated information.
Network Rail will consider contracting with a consortium, providing always that the participants in any consortium are jointly and severally liable for all of the obligations of the contractor, under the contract.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/06/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
21/07/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
19/03/2021
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England & Wales
7 Rolls Building, Fetter Lane
London
EC4A 1NL
UK
VI.5) Date of dispatch of this notice
22/05/2020