Contract notice

Information

Published

Expire date: 10/09/2021

External Reference: 2021-572622

FTS Reference: 2021-018313

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Police Digital Service
08113293
33 Queen Street,
LONDON
EC4R 1AP
UK
Contact person: Krish Khanna
Telephone: +44 7970217549
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38547&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Cyber Security Penetration Testing Framework
Reference number:  PICTCN-126-2021
II.1.2)

Main CPV code

72254100  -  Systems testing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority is seeking to procure a multi- supplier framework agreement (with a minimum of 4 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around October 2021.
The framework will be for the delivery of cyber security penetration testing services.
Full details of the specification and requirements are included in the ITT.
The procurement documents will be available to each bidder upon completion of an NDA. Please contact Krish Khanna on Krish.Khanna@tltsolicitors.com to receive a copy of the NDA.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
72200000  -  Software programming and consultancy services
72220000  -  Systems and technical consultancy services
72223000  -  Information technology requirements review services
72225000  -  System quality assurance assessment and review services
72246000  -  Systems consultancy services
72254000  -  Software testing
72254100  -  Systems testing services
72610000  -  Computer support services
72611000  -  Technical computer support services
72800000  -  Computer audit and testing services
72810000  -  Computer audit services
72820000  -  Computer testing services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The Contracting Authority is seeking to procure a multi- supplier framework agreement (with a minimum of 4 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around October 2021.
The framework will be for the delivery of cyber security penetration testing services.
Full details of the specification and requirements are included in the ITT.
The procurement documents will be made available to each bidder upon completion of an NDA. Please contact Krish Khanna on Krish.Khanna@tltsolicitors.com to receive a copy of the NDA.
The NMC, through the Contracting Authority, currently provides a centralised suite of operational security services to UK Policing. These services include the following:
• Protective Monitoring;
• Incident Management;
• Threat Intelligence;
• Threat Hunting;
• Vulnerability Assessment;
• Malware Analysis; and
• Penetration Testing Co-ordination.
This framework is being established to streamline the procurement of Penetration Testing on behalf of UK Policing. The full scope of the Services to be provided by the Framework Suppliers is detailed in the Statement of Requirements (Appendix 1).
Anticipated spend under the Framework Agreement is not expected to exceed £1,000,000. This figure has been calculated on the assumption that the Framework Agreement runs for its maximum possible term and that a number of Call Off Contracts are awarded by Contracting Bodies. For the avoidance of doubt, the Contracting Authority gives no warranty or representation as to the value of any Call Off Contract, or the number of Call Off Contracts, if any, which may be awarded.
The Contracting Authority intends to award the Framework Agreement based on the most economically advantageous tender (MEAT). The Contracting Authority will not be bound to accept the lowest price or any Tender submitted, but will be evaluating Tenders on the quality and price criteria set forth in the ITT.
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: 1000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The initial term of the awarded framework agreement shall be 2 years (24 months), with the possibility of two further renewal periods of 1 year each (12 months).
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 framework is open to a wide range of policing bodies, law enforcement agencies and other Bluelight Services. Please refer to the ITT and Appendix 4 (Contracting Bodies) for more information.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  10
IV.1.8)

Information about the 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:  01/09/2021
Local time:  10:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  01/09/2021
Local time:  10:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The estimated value of the framework described in this Find a Tender notice is GBP 1 million. This figure has been calculated on the assumption that the framework runs for its maximum possible term (the initial terms of 2 years, plus the further extension periods of 1 year each) and that a number of call-off contracts are awarded by the various parties listed in the ITT. For the avoidance of doubt, the Contracting Authority gives no warranty or representation as to the value of any call-off contract, or the number of call-off contracts, if any, which may be awarded.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
7 Rolls Building
London
EC4A 1NL
UK