Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Online Key Management System

  • First published: 27 May 2020
  • Last modified: 27 May 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Network Rail Infrastructure Ltd
Authority ID:
AA73642
Publication date:
27 May 2020
Deadline date:
22 June 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
34632200 Electrical signalling equipment for railways Railways traffic-control equipment
51611100 Hardware installation services Installation services of computers
72228000 Hardware integration consultancy services Systems and technical consultancy services
72212140 Railway traffic control software development services Programming services of application software
34632000 Railways traffic-control equipment Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
35120000 Surveillance and security systems and devices Emergency and security equipment
71316000 Telecommunication consultancy services Consultative engineering and construction services
34943000 Train-monitoring system Railway equipment
32510000 Wireless telecommunications system Telecommunications equipment and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Jackie.Willmer@networkrail.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.