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

WAN Services

  • First published: 26 May 2023
  • Last modified: 26 May 2023

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:
ocds-h6vhtk-03a71a
Published by:
Ministry of Justice
Authority ID:
AA25231
Publication date:
26 May 2023
Deadline date:
28 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

UK

Telephone: +44 02033343555

E-mail: evolve.portfolio@justice.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/ministry-of-justice

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://ministryofjusticecommercial.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://ministryofjusticecommercial.bravosolution.co.uk/web/login.html


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

WAN Services

Reference number: prj_9976

II.1.2) Main CPV code

72720000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The purpose of this Contract Notice is to inform the market of the opportunity for the provision of wide area network (WAN) services.

The WAN services will deliver secure connectivity for authorised devices at MoJ’s locations and those of its service recipients (over 1000 sites).

The Contract for WAN services will be entered into with MoJ. However, the services will be provided for the benefit not only of MoJ but also a range of service recipients (including a range of MoJ executive agencies, arms’ length bodies, government companies and other entities to whom MoJ provides services).

The Contract will contain a list of the initial service recipients who are to benefit from the provision of WAN Services, as well as a list of Potential Service Recipients who may wish to be added to the list of Service Recipients during the term of the Contract.

The Procurement will be listed under "PQQ_341 – Evolve WAN Services" in the MoJ's eSourcing Portal.

The estimated total value range of the Contract is between £100 million and £200 million.

The actual value of the Contract will depend on a number of influencing factors including:

a) the prices tendered by the successful Bidder;

b) whether any extension options are applied;

c) the extent to which projects are commissioned;

d) the volume of service requests; and

e) whether any of the optional services are taken up by MoJ during the term of the Contract.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

30237110

32400000

32412000

32412100

32415000

32420000

32424000

32427000

32428000

32430000

50312310

72315000

72315100

72315200

72511000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Up to three optional one-year (12 month) extensions, making a maximum total contract duration of 120 months.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

As set out in the SQ instructions which can be found at the MoJ’s procurement portal.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Additional optional services may be purchased during the term of the Contract.

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

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

The suitability criteria are set out in the SQ instructions which can be obtained from the MoJ’s procurement portal.

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.2) Conditions related to the contract

III.2.2) Contract performance conditions

Details of the conditions are set out in the procurement documents. These will include conditions relating to service levels and service credits and/or right to terminate for less than minimum acceptable performance levels.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-005126

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/06/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/08/2023

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

Duration in months: 11 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This procurement will be managed electronically via the MoJ’s eSourcing Portal, Jaggaer. To participate in this procurement, participants must first be registered on the eSourcing Portal.

If you are not registered on the eSourcing Portal, this can be done online at;

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

The SQ and procurement documents will be available under PQQ_341 - Evolve WAN Services.

Suppliers must also have signed confidentiality agreements to access the procurement documents.

To request a confidentiality agreement please e-mail the evolve.portfolio@justice.gov.uk mailbox stating the PQQ reference in the subject field and include details of where this should be sent for signature.

Please note the signing of confidentiality agreements will be handled via Adobe e-sign.

VI.4) Procedures for review

VI.4.1) Review body

Ministry Of Justice

102 Petty France

London

SW1H 9AJ

UK

VI.5) Date of dispatch of this notice

25/05/2023

Coding

Commodity categories

ID Title Parent category
32412000 Communications network Local area network
72315000 Data network management and support services Data-processing services
72315200 Data network management services Data network management and support services
72315100 Data network support services Data network management and support services
32415000 Ethernet network Local area network
50312310 Maintenance of data network equipment Maintenance and repair of computer equipment
32420000 Network equipment Networks
32424000 Network infrastructure Network equipment
30237110 Network interfaces Parts, accessories and supplies for computers
72511000 Network management software services Computer-related management services
32427000 Network system Network equipment
32428000 Network upgrade Network equipment
32400000 Networks Radio, television, communication, telecommunication and related equipment
32412100 Telecommunications network Communications network
32430000 Wide area network Networks
72720000 Wide area network services Computer network services

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:
evolve.portfolio@justice.gov.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.