Tender for Online Key Management System
Network Rail intends to carry out a procurement exercise to establish a contract for the delivery of a national online key management system.
United Kingdom-London: Hardware integration consultancy services
2020/S 102-247244
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Postal address: 1 Eversholt Street
Town: London
NUTS code: UK
Postal code: NW1 2DN
Country: United Kingdom
E-mail: Jackie.Willmer@networkrail.co.uk
Telephone: +44 1908781000
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Online Key Management System
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Postal address: 7 Rolls Building, Fetter Lane
Town: London
Postal code: EC4A 1NL
Country: United Kingdom
VI.5)Date of dispatch of this notice: