DescriptionBidding Instructions - Technical Proposal
Bidders shall include in the Technical Proposal:
1. CV of the candidate clearly indicating relevant experience for the requirements section 3 and qualifications section 9 in the Statement of work (SoW).
2. Compliance matrix referring how each candidate meets each of the stated requirements section 3 and qualifications section 9 of the SoW justified by relevant (project) experience.
Deadline Date: Wednesday 3 December 2025
Requirement: Provision of JISRC As-Is To-Be Architectures and Associated Implementation Roadmap.
Location: The Hague NL
Full Time On-Site: See 5. PRACTICAL ARRANGEMENTS
Period of Performance: 2026 BASE: Not later than 12th January 2026 31st December 2026
Required Security Clearance: NATO SECRET
1. INTRODUCTION
The JISR Centres (JISRC) Vision is to assure information superiority for NATO. Our Mission is to deliver support and protect valued Intelligence Surveillance and Reconnaissance (ISR) capabilities expertise and services to maximize operational effectiveness for NATO.
Ensuring coordination and cohesion of the multiple JISR programmes and projects from a technical perspective the JISRC requires Solution Architect services to capture and document the as-is and to-be JISR architecture.
The services include the capturing of the current JISR architecture through the delivery of a documented understanding of all current programmes/projects/services the capturing of the to-be architecture as well as the implementation roadmap in order to assure future programmatic technical coherence. With a focus on documenting the architecture and engagement with all JISRC key stakeholders the services will ensure the delivery of high-quality technical products that align and will inform current and future JISR programmes.
2. SCOPE OF WORK
The purpose of this project is to provide the JISR as-is and to-be architecture and implementation roadmap. To achieve this scope the Contractor shall:
- Engage with JISRC staff (Technical Subject Matter Experts Service Delivery Managers Project Managers) to understand and document current and future system/service capabilities; and with Chief Technology Office (CTO) staff especially the JISR Segment Architect and JISR Segment Service Engineer.
- Document JISR workflows and processes at technical level;
- Develop high level overview of technical solutions in place;
- Deliver JISR as-is architecture capturing all current JISR services applications and system capabilities; their inter-dependencies and the technologies by which they are implemented
- Deliver JISR to-be architecture
- Deliver implementation roadmap that specifies how to achieve the to-be architecture;
- Advise on technical synergies gaps and opportunities identified.
3. DELIVERABLES
The Contractor shall deliver:
- JISR as-is architecture capturing current system/service capabilities;
- JISR to-be architecture capturing current and future system/service capabilities dependencies on platform infrastructure and AI services implementation & integration technology choices ;
- JISR roadmap that shows how the to-be architecture will be achieved.
3.1. As-Is Architecture
The as-is architecture will include the current JISRC services applications and system capabilities including but not limited to:
- NAMIS Application Service (APP023).
- INTEL FS Application Service (APP033).
- HMART Application Service (APP046).
- Allied Command Operations Open Source System (AOSS) Application Service (APP047).
- Core Geographic Information System (GIS) Application Service (APP055).
- ISR Collection Management Tool (ICMT) Application Service (APP056).
- INTEL FS SIGINT Capability (ISC) Application Service (APP057).
- Release Server (RS) Application Service (APP058).
- ISR Coalition Shared Data (CSD) Service (APP060).
- Electromagnetic Warfare Functional Services (EW-FS) Application Service (APP075).
- PNT & NAVWAR Application Service (APP102).
- NATO Automated Biometrics Identification (NABIS) Application Service (APP079).
- Information Environment Assessment (APP110).
- APSS Management and Transfer Service.
The as-is architecture report shall address the following areas:
- Executive Summary: Brief overview of the current architecture and objectives of the document.
- Current Architecture Overview: High-level description of the current JISR architecture
- Stakeholders and Roles: List of users associated locations and their roles in the current system/service capabilities.
- Application Architecture: High-level description of existing applications their software components interfaces related standards and dependencies between the applications.
- Technical Architecture: Description of the hardware infrastructure services network components and connectivity platform services middleware as they are relevant for the deployment and hosting of the conceptual and application layer components; related to locations.
- Security Architecture: Current security measures policies and vulnerabilities; explanation why and how security concepts are realized.
- Pain Points and Limitations: Identified issues bottlenecks risks and gaps in the current architecture.
- Compliance and Standards: International and/or existing NATO standards; adherence status;
- Appendix: Diagrams glossary references and supporting documents.
3.2. Working Practices
In order to deliver the report detailed above the Contractor is expected to:
- Conduct interviews with relevant stakeholders regarding projects and programmes detailed by JISRC project team;
- Support the report with an overview of conceptual/logical systems and the components (structure);
- Support the report with a model of implementation-independent functionality (services) that is provided at the business level and refinement into sub-functions;
- Support the report with an overview of current data holdings and data flows (IERs) associated volume and storage details data exchange mechanism data transformation and processing components and High level data models as required;
- Assess feasibility for a shared platform including all JISR services and applications.
3.3. To-be Architecture
The to-be architecture shall be based upon existing and future JISRC system/service capabilities such as:
- INTEL FS Spiral 2.
- GeoViewer
- INTEL & ISR Capability Programme Plan
- Alliance Persistent Surveillance from Space
- PANGEA
- NATO Geospatial Enterprise Core Service
- NABIS
- C2 of EW
- AI Platform
- Others - during contract implementation.
The to-be architecture shall:
- Simplify harmonize the as-is architecture: Consolidate technology choices identify common components and optimize their reuse
- Reduce Operation & Maintenance support from NCIA side.
- Be data-centric considering data as a first class concept and avoiding to lock data into specific applications/systems Aligned with NATOs Data Centric Reference Architecture.
- Be a resilient architecture with open design for the future.
- Optimize data flow; consider data transfer spanning different security domains networks and the internet/cloud.
- Support interoperability including interoperability with the nations.
- Zero Trust Policy: enforce identity checks data integrity provenance and strict guard policies.
- Comply with NATO STANAGs when available.
- Applications need to be cloud-native as much as possible i.e. embrace a cloud-optimized design using cloud services and principles such as portability resiliency and scalability and ensure readiness for migration to the cloud.
- Maximize use of available platform infrastructure and AI services.
The to-be architecture and the generated report shall address the following areas:
- Executive Summary: Overview of the future architecture vision and objectives.
- Business Goals and Drivers: Business goals driving the new architecture including expected benefits.
- Future Architecture Overview: High-level description of the future system architecture; Identify new component and components from the as- is architecture that can be reused or need to be modified.
- Target Stakeholders and Roles: List of future users associated locations and their expected roles.
- Application Architecture: High-level description of planned applications their functions interfaces and dependencies.
- Information and Data Architecture: Future data models data flow improvements data governance.
- Technology Architecture: Target application technology
- Security Architecture: Planned security controls risk mitigations and compliance.
- Integration Architecture: Future integration methods APIs middleware and interoperability.
- Compliance and Standards: Future compliance requirements and alignment strategy.
- Appendix: Diagrams glossary references and supporting documents.
3.4. Implementation roadmap
The implementation roadmap aims identifying the bridge between the as-is architecture and the to-be.
The implementation roadmap shall enable the ability to deliver faster identifying quick wins as well as long-term strategies.
The implementation roadmap shall address the following areas:
- Gap analysis: Compare as-is and to-be to highlight what needs to change
- Initiatives / projects: Group related changes into programmes/projects.
- Dependencies: Identify dependencies on external projects (ONX PBN .)
- Roadmap Phases: Prioritize based on value feasibility and dependencies. Define clear phases or waves for implementation. Identify: Quick wins (low effort high impact); Foundational work (e.g. data governance cloud infrastructure); Major transformations (new core system process re-engineering)
- Milestones and Timeline: Gantt chart or timeline view of key activities; Milestones for each work stream or phase
- Risks: Identify top risks and mitigation plans.
- Appendix: Diagrams glossary references and supporting documents.
3.5. Requirements
All the documentation provided under this statement of work will be based on NCIA templates and/or agreed with the NCIA project manager.
Architecture views/artefacts need to be captured using agreed architecture language and tools.
All support maintenance documentation and will be stored under configuration management and/or in the provided NCIA tools.
The reports shall remain a high-level overview of the system/service capabilities.
Each report shall be limited to 100 pages max.
Each report (as is/to be/roadmap) shall include:
I. A first level view easily readable by chiefs and staff officers. This involves representing actors and processes capabilities and goals but in a simplified way. It should be readable on an A4 page (when printed) portrait or landscape.
II. A second level view for those who need to understand the main building blocks from a systems engineering perspective.
III. A third level view for those who need to deliver the capability and need more details about what those building blocks really consist of in order to procure them;
IV. A fourth level view for those who need to create solution architectures and high-level designs for the actual implementation.
4. SCHEDULE OF PAYMENT
This task order will be active immediately after signing of the contract by both parties.
The BASE period of performance is as soon as possible but not later than 12th January 2026 and will end no later than 31 December 2026.
Payments shall be dependent upon the successful acceptance of each deliverable.
All Invoices shall be accompanied with a Delivery Acceptance Sheet (DAS Annex A) signed by the Contractor and project authority.
In 2026 the following deliverables are expected from the service as set in this statement of work:
T0 is the start of Contractors work (estimated NLT 12 January 2026).
Deliverable 01: As-is architecture report and model Draft
Timelines: T03 months
Acceptance Criteria: IAW SOW 3.1
Deliverable 02: As-is architecture report and model Final
Timelines: T06 months
Acceptance Criteria: IAW SOW 3.1
Deliverable 03: To-be architecture report and model Draft
Timelines: T09 months
Acceptance Criteria: IAW SOW 3.2
Deliverable 04: Implementation Roadmap Draft
Timelines: T09 months
Acceptance Criteria: IAW SOW 3.4
Deliverable 05: To-be architecture report and model Final
Timelines: T012 months
Acceptance Criteria: IAW SOW 3.3
Deliverable 06: Implementation Roadmap Final
Timelines: T012 months
Acceptance Criteria: IAW SOW 3.4
5. PRACTICAL ARRANGEMENTS
The services should be delivered 100% on-site at NCIA The Hague The Netherlands.
Alternatively they may be delivered using flexible working with a requirement to be on-site at NCIA The Hague Netherlands as agreed with JISRC (anticipated as 1-2 weeks per month) with the remainder of the services provided remotely.
Access to the relevant NCIA networks and software will be established as needed.
The services will be delivered during normal office hours following the NCIA The Hague calendar as well as outside office hours and on weekends if necessary.
The Contractor personnel will be part of a team under the supervision of the NCIA (project manager).
The NCIA project team and the Contractor personnel will have regular meetings to review progress address issues and make necessary adjustments to the processes or production methodology.
The meetings will be physically in the office or in person via electronic means using Conference Call capabilities according to the NCIA project managers instructions.
The NCIA Project team will provide guidance and direction on the architecture methodology language tools and framework to be used.
The Contractor personnel shall establish a continuous feedback loop to gather input from all stakeholders for ongoing improvements and their subsequent implementation depending on NCIA approval.
The Contractor personnel shall use a shared dashboard or tool to track the status of the deliverables and any issues.
6. SECURITY
All Contractor personnel / Sub-contractors shall be aware of all security rules pertaining to the handling of NATO classified information.
Personnel Security Clearance (PSC):
Individuals who require access or may have access to information classified NATO Classified or above during service delivery shall have a PSC at the appropriate level which is valid for the duration of the authorized addition such individuals are required to:
- Have a need-to-know;
- Have been briefed on their security obligations in respect to the protection of NATO Classified Information; and
- Have acknowledged their responsibilities either in writing or an equivalent method which ensures non-repudiation.
It will be required for the contractor access to Class II areas at NATO facilities therefore PSC at NATO SECRET level is required as from the start date of the contract.
7. INTELLECTUAL PROPERTY RIGHTS
All developed reports solutions tools and code under this project will be property of the NCIA.
8. TRAVEL
In case of flexible working (see Section 5) travel to and from The Hague will be at the contractors expense.
Travel to NATO sites in support of the project including NCIA Mons Belgium will be required.
Once defined travel costs will be set as a separate PO line with a not to exceed value to cover and reimburse of actual expenses upon submissions of all receipts and invoices in line with NCIA processes.
Travel arrangements will be the responsibility of the contractor and the expenses will be reimbursed in accordance with Article 5.5 of AAS Framework Contract and within the limits of the NCIA Travel Directive.
9. REQUIRED QUALIFICATIONS
See Requirements
10. GENERAL PROVISIONS
A Sole contractor must deliver these services. In the event that the contractor leaves during the contract period a new contractor who has the proven required qualifications and is evaluated qualified and suitable shall replace him/her. The leaving contractor shall provide to the new contractor a training and handover of the performed history of the project. All normal NCIA Terms and Conditions apply.
NCIA Recognised Business hours/Holidays: NCIA -The Hague official holiday schedule applies and will be provided to the contractor.
NCIA Hours of Operations: Monday to Thursdayand Friday(CET)
Contractor Furnished Services: Contractor shall furnish everything required to perform the contract except for the items specified and covered under NCIA Furnished Property and Services below.
NCIA Furnished Property and Services: Access to relevant networks can be provided by NCIA as agreed.
Requirements- It will be required for the contractor access to Class II areas at NATO facilities therefore PSC at NATO SECRET level is required as from the start date of the contract.
9. REQUIRED QUALIFICATIONS
The Contractor personnel shall demonstrate the following qualifications:
- MSc degree in either Computer Science Software & Systems Engineering or a similar area or exceptionally the lack of a university degree may be compensated by the demonstration of particular abilities or experience that is/are of interest to NCIA that is at least 6 years extensive and progressive expertise in duties related to the services outlined in the SoW.
- Minimum 5 years of proved experience in solution architecture delivery.
- Minimum 2 years technical knowledge of the JISR process and ongoing programmes.
- Proven experience on the development of architectures for NATO and/or defence customers.
- Experience of using Archimate and Sparx Enterprise Architect
- Proven experience and writing of large structure documents
- Proven ability to integrate and work in a multinational team.
- Fluent in Business English.
DescriptionBidding Instructions - Technical ProposalBidders shall include in the Technical Proposal:1. CV of the candidate clearly indicating relevant experience for the requirements section 3 and qualifications section 9 in the Statement of work (SoW).2. Compliance matrix referring how each candida...
DescriptionBidding Instructions - Technical Proposal
Bidders shall include in the Technical Proposal:
1. CV of the candidate clearly indicating relevant experience for the requirements section 3 and qualifications section 9 in the Statement of work (SoW).
2. Compliance matrix referring how each candidate meets each of the stated requirements section 3 and qualifications section 9 of the SoW justified by relevant (project) experience.
Deadline Date: Wednesday 3 December 2025
Requirement: Provision of JISRC As-Is To-Be Architectures and Associated Implementation Roadmap.
Location: The Hague NL
Full Time On-Site: See 5. PRACTICAL ARRANGEMENTS
Period of Performance: 2026 BASE: Not later than 12th January 2026 31st December 2026
Required Security Clearance: NATO SECRET
1. INTRODUCTION
The JISR Centres (JISRC) Vision is to assure information superiority for NATO. Our Mission is to deliver support and protect valued Intelligence Surveillance and Reconnaissance (ISR) capabilities expertise and services to maximize operational effectiveness for NATO.
Ensuring coordination and cohesion of the multiple JISR programmes and projects from a technical perspective the JISRC requires Solution Architect services to capture and document the as-is and to-be JISR architecture.
The services include the capturing of the current JISR architecture through the delivery of a documented understanding of all current programmes/projects/services the capturing of the to-be architecture as well as the implementation roadmap in order to assure future programmatic technical coherence. With a focus on documenting the architecture and engagement with all JISRC key stakeholders the services will ensure the delivery of high-quality technical products that align and will inform current and future JISR programmes.
2. SCOPE OF WORK
The purpose of this project is to provide the JISR as-is and to-be architecture and implementation roadmap. To achieve this scope the Contractor shall:
- Engage with JISRC staff (Technical Subject Matter Experts Service Delivery Managers Project Managers) to understand and document current and future system/service capabilities; and with Chief Technology Office (CTO) staff especially the JISR Segment Architect and JISR Segment Service Engineer.
- Document JISR workflows and processes at technical level;
- Develop high level overview of technical solutions in place;
- Deliver JISR as-is architecture capturing all current JISR services applications and system capabilities; their inter-dependencies and the technologies by which they are implemented
- Deliver JISR to-be architecture
- Deliver implementation roadmap that specifies how to achieve the to-be architecture;
- Advise on technical synergies gaps and opportunities identified.
3. DELIVERABLES
The Contractor shall deliver:
- JISR as-is architecture capturing current system/service capabilities;
- JISR to-be architecture capturing current and future system/service capabilities dependencies on platform infrastructure and AI services implementation & integration technology choices ;
- JISR roadmap that shows how the to-be architecture will be achieved.
3.1. As-Is Architecture
The as-is architecture will include the current JISRC services applications and system capabilities including but not limited to:
- NAMIS Application Service (APP023).
- INTEL FS Application Service (APP033).
- HMART Application Service (APP046).
- Allied Command Operations Open Source System (AOSS) Application Service (APP047).
- Core Geographic Information System (GIS) Application Service (APP055).
- ISR Collection Management Tool (ICMT) Application Service (APP056).
- INTEL FS SIGINT Capability (ISC) Application Service (APP057).
- Release Server (RS) Application Service (APP058).
- ISR Coalition Shared Data (CSD) Service (APP060).
- Electromagnetic Warfare Functional Services (EW-FS) Application Service (APP075).
- PNT & NAVWAR Application Service (APP102).
- NATO Automated Biometrics Identification (NABIS) Application Service (APP079).
- Information Environment Assessment (APP110).
- APSS Management and Transfer Service.
The as-is architecture report shall address the following areas:
- Executive Summary: Brief overview of the current architecture and objectives of the document.
- Current Architecture Overview: High-level description of the current JISR architecture
- Stakeholders and Roles: List of users associated locations and their roles in the current system/service capabilities.
- Application Architecture: High-level description of existing applications their software components interfaces related standards and dependencies between the applications.
- Technical Architecture: Description of the hardware infrastructure services network components and connectivity platform services middleware as they are relevant for the deployment and hosting of the conceptual and application layer components; related to locations.
- Security Architecture: Current security measures policies and vulnerabilities; explanation why and how security concepts are realized.
- Pain Points and Limitations: Identified issues bottlenecks risks and gaps in the current architecture.
- Compliance and Standards: International and/or existing NATO standards; adherence status;
- Appendix: Diagrams glossary references and supporting documents.
3.2. Working Practices
In order to deliver the report detailed above the Contractor is expected to:
- Conduct interviews with relevant stakeholders regarding projects and programmes detailed by JISRC project team;
- Support the report with an overview of conceptual/logical systems and the components (structure);
- Support the report with a model of implementation-independent functionality (services) that is provided at the business level and refinement into sub-functions;
- Support the report with an overview of current data holdings and data flows (IERs) associated volume and storage details data exchange mechanism data transformation and processing components and High level data models as required;
- Assess feasibility for a shared platform including all JISR services and applications.
3.3. To-be Architecture
The to-be architecture shall be based upon existing and future JISRC system/service capabilities such as:
- INTEL FS Spiral 2.
- GeoViewer
- INTEL & ISR Capability Programme Plan
- Alliance Persistent Surveillance from Space
- PANGEA
- NATO Geospatial Enterprise Core Service
- NABIS
- C2 of EW
- AI Platform
- Others - during contract implementation.
The to-be architecture shall:
- Simplify harmonize the as-is architecture: Consolidate technology choices identify common components and optimize their reuse
- Reduce Operation & Maintenance support from NCIA side.
- Be data-centric considering data as a first class concept and avoiding to lock data into specific applications/systems Aligned with NATOs Data Centric Reference Architecture.
- Be a resilient architecture with open design for the future.
- Optimize data flow; consider data transfer spanning different security domains networks and the internet/cloud.
- Support interoperability including interoperability with the nations.
- Zero Trust Policy: enforce identity checks data integrity provenance and strict guard policies.
- Comply with NATO STANAGs when available.
- Applications need to be cloud-native as much as possible i.e. embrace a cloud-optimized design using cloud services and principles such as portability resiliency and scalability and ensure readiness for migration to the cloud.
- Maximize use of available platform infrastructure and AI services.
The to-be architecture and the generated report shall address the following areas:
- Executive Summary: Overview of the future architecture vision and objectives.
- Business Goals and Drivers: Business goals driving the new architecture including expected benefits.
- Future Architecture Overview: High-level description of the future system architecture; Identify new component and components from the as- is architecture that can be reused or need to be modified.
- Target Stakeholders and Roles: List of future users associated locations and their expected roles.
- Application Architecture: High-level description of planned applications their functions interfaces and dependencies.
- Information and Data Architecture: Future data models data flow improvements data governance.
- Technology Architecture: Target application technology
- Security Architecture: Planned security controls risk mitigations and compliance.
- Integration Architecture: Future integration methods APIs middleware and interoperability.
- Compliance and Standards: Future compliance requirements and alignment strategy.
- Appendix: Diagrams glossary references and supporting documents.
3.4. Implementation roadmap
The implementation roadmap aims identifying the bridge between the as-is architecture and the to-be.
The implementation roadmap shall enable the ability to deliver faster identifying quick wins as well as long-term strategies.
The implementation roadmap shall address the following areas:
- Gap analysis: Compare as-is and to-be to highlight what needs to change
- Initiatives / projects: Group related changes into programmes/projects.
- Dependencies: Identify dependencies on external projects (ONX PBN .)
- Roadmap Phases: Prioritize based on value feasibility and dependencies. Define clear phases or waves for implementation. Identify: Quick wins (low effort high impact); Foundational work (e.g. data governance cloud infrastructure); Major transformations (new core system process re-engineering)
- Milestones and Timeline: Gantt chart or timeline view of key activities; Milestones for each work stream or phase
- Risks: Identify top risks and mitigation plans.
- Appendix: Diagrams glossary references and supporting documents.
3.5. Requirements
All the documentation provided under this statement of work will be based on NCIA templates and/or agreed with the NCIA project manager.
Architecture views/artefacts need to be captured using agreed architecture language and tools.
All support maintenance documentation and will be stored under configuration management and/or in the provided NCIA tools.
The reports shall remain a high-level overview of the system/service capabilities.
Each report shall be limited to 100 pages max.
Each report (as is/to be/roadmap) shall include:
I. A first level view easily readable by chiefs and staff officers. This involves representing actors and processes capabilities and goals but in a simplified way. It should be readable on an A4 page (when printed) portrait or landscape.
II. A second level view for those who need to understand the main building blocks from a systems engineering perspective.
III. A third level view for those who need to deliver the capability and need more details about what those building blocks really consist of in order to procure them;
IV. A fourth level view for those who need to create solution architectures and high-level designs for the actual implementation.
4. SCHEDULE OF PAYMENT
This task order will be active immediately after signing of the contract by both parties.
The BASE period of performance is as soon as possible but not later than 12th January 2026 and will end no later than 31 December 2026.
Payments shall be dependent upon the successful acceptance of each deliverable.
All Invoices shall be accompanied with a Delivery Acceptance Sheet (DAS Annex A) signed by the Contractor and project authority.
In 2026 the following deliverables are expected from the service as set in this statement of work:
T0 is the start of Contractors work (estimated NLT 12 January 2026).
Deliverable 01: As-is architecture report and model Draft
Timelines: T03 months
Acceptance Criteria: IAW SOW 3.1
Deliverable 02: As-is architecture report and model Final
Timelines: T06 months
Acceptance Criteria: IAW SOW 3.1
Deliverable 03: To-be architecture report and model Draft
Timelines: T09 months
Acceptance Criteria: IAW SOW 3.2
Deliverable 04: Implementation Roadmap Draft
Timelines: T09 months
Acceptance Criteria: IAW SOW 3.4
Deliverable 05: To-be architecture report and model Final
Timelines: T012 months
Acceptance Criteria: IAW SOW 3.3
Deliverable 06: Implementation Roadmap Final
Timelines: T012 months
Acceptance Criteria: IAW SOW 3.4
5. PRACTICAL ARRANGEMENTS
The services should be delivered 100% on-site at NCIA The Hague The Netherlands.
Alternatively they may be delivered using flexible working with a requirement to be on-site at NCIA The Hague Netherlands as agreed with JISRC (anticipated as 1-2 weeks per month) with the remainder of the services provided remotely.
Access to the relevant NCIA networks and software will be established as needed.
The services will be delivered during normal office hours following the NCIA The Hague calendar as well as outside office hours and on weekends if necessary.
The Contractor personnel will be part of a team under the supervision of the NCIA (project manager).
The NCIA project team and the Contractor personnel will have regular meetings to review progress address issues and make necessary adjustments to the processes or production methodology.
The meetings will be physically in the office or in person via electronic means using Conference Call capabilities according to the NCIA project managers instructions.
The NCIA Project team will provide guidance and direction on the architecture methodology language tools and framework to be used.
The Contractor personnel shall establish a continuous feedback loop to gather input from all stakeholders for ongoing improvements and their subsequent implementation depending on NCIA approval.
The Contractor personnel shall use a shared dashboard or tool to track the status of the deliverables and any issues.
6. SECURITY
All Contractor personnel / Sub-contractors shall be aware of all security rules pertaining to the handling of NATO classified information.
Personnel Security Clearance (PSC):
Individuals who require access or may have access to information classified NATO Classified or above during service delivery shall have a PSC at the appropriate level which is valid for the duration of the authorized addition such individuals are required to:
- Have a need-to-know;
- Have been briefed on their security obligations in respect to the protection of NATO Classified Information; and
- Have acknowledged their responsibilities either in writing or an equivalent method which ensures non-repudiation.
It will be required for the contractor access to Class II areas at NATO facilities therefore PSC at NATO SECRET level is required as from the start date of the contract.
7. INTELLECTUAL PROPERTY RIGHTS
All developed reports solutions tools and code under this project will be property of the NCIA.
8. TRAVEL
In case of flexible working (see Section 5) travel to and from The Hague will be at the contractors expense.
Travel to NATO sites in support of the project including NCIA Mons Belgium will be required.
Once defined travel costs will be set as a separate PO line with a not to exceed value to cover and reimburse of actual expenses upon submissions of all receipts and invoices in line with NCIA processes.
Travel arrangements will be the responsibility of the contractor and the expenses will be reimbursed in accordance with Article 5.5 of AAS Framework Contract and within the limits of the NCIA Travel Directive.
9. REQUIRED QUALIFICATIONS
See Requirements
10. GENERAL PROVISIONS
A Sole contractor must deliver these services. In the event that the contractor leaves during the contract period a new contractor who has the proven required qualifications and is evaluated qualified and suitable shall replace him/her. The leaving contractor shall provide to the new contractor a training and handover of the performed history of the project. All normal NCIA Terms and Conditions apply.
NCIA Recognised Business hours/Holidays: NCIA -The Hague official holiday schedule applies and will be provided to the contractor.
NCIA Hours of Operations: Monday to Thursdayand Friday(CET)
Contractor Furnished Services: Contractor shall furnish everything required to perform the contract except for the items specified and covered under NCIA Furnished Property and Services below.
NCIA Furnished Property and Services: Access to relevant networks can be provided by NCIA as agreed.
Requirements- It will be required for the contractor access to Class II areas at NATO facilities therefore PSC at NATO SECRET level is required as from the start date of the contract.
9. REQUIRED QUALIFICATIONS
The Contractor personnel shall demonstrate the following qualifications:
- MSc degree in either Computer Science Software & Systems Engineering or a similar area or exceptionally the lack of a university degree may be compensated by the demonstration of particular abilities or experience that is/are of interest to NCIA that is at least 6 years extensive and progressive expertise in duties related to the services outlined in the SoW.
- Minimum 5 years of proved experience in solution architecture delivery.
- Minimum 2 years technical knowledge of the JISR process and ongoing programmes.
- Proven experience on the development of architectures for NATO and/or defence customers.
- Experience of using Archimate and Sparx Enterprise Architect
- Proven experience and writing of large structure documents
- Proven ability to integrate and work in a multinational team.
- Fluent in Business English.
View more
View less