Opportunity

Cyber Security Services 3

  • Crown Commercial Service

F02: Contract notice

Notice reference: 2023/S 000-000105

Published 4 January 2023, 7:49am



Section one: Contracting authority

one.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

Supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://crowncommercialservice.bravosolution.co.uk/

Buyer's address

https://crowncommercialservice.bravosolution.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplierregistration.cabinetoffice.gov.uk/dps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierregistration.cabinetoffice.gov.uk/dps

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cyber Security Services 3

Reference number

RM3764.iii

two.1.2) Main CPV code

  • 72590000 - Computer-related professional services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS) has set up a dynamic purchasing system for a period of 60 months and has invited bidders to request to participate for the Cyber Security Services 3 DPS. This DPS provides central government departments and the wider public sector with the opportunity to procure cyber services from a range of suppliers. The DPS filters are for certification, services, standards and experience. Appointed suppliers will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. This notice is to advise that this DPS has been extended to 14/02/2025 and based on current spend profiling the estimated total value has been increased to £255million.

two.1.5) Estimated total value

Value excluding VAT: £255,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services
  • 72600000 - Computer support and consultancy services
  • 72800000 - Computer audit and testing services
  • 72810000 - Computer audit services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The supplier shall have the ability to provide quality assurance and testing for IT systems to central government and wider public sector departments.

two.2.5) Award criteria

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

two.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

Buyers may enter into a contract with a supplier for a period of their determining which may exceed the RM3764.iii Cyber Services 3 DPS Agreement should this agreement be terminated at any time. The flexibility of the contracting period allows buyers to determine appropriate contracting timelines required to enable the supplier to meet customer needs.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on RM3764.iii – Cyber Services 3 DPS.

The procurement bid pack and registration details can be accessed via the following URL address: https://supplierregistration.cabinetoffice.gov.uk/dps and be selecting the “Technology” link.

Please read the DPS Needs document first for a full overview of the procurement process and read the

instructions carefully.

To register for the RM3764.iii – Cyber Services 3 DPS Agreement please select the “Access as a Supplier” link which can be located at the URL address above.

An example of how to register for the DPS platform can be found at the following youtube generic guide:

https://youtu.be/1gMaIEIqEyY.

Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS.

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.

As part of this Contract Notice the bid pack and the following documents can be accessed at the link

provided below:

1) Contract Notice authorised customer list;

2) Rights reserved for CCS DPS Agreement

https://www.contractsfinder.service.gov.uk/Notice/4c8a6f7a-ea75-4463-b05a-a56c140a7582

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.5) Information about reserved contract

The execution of the contract is restricted to the framework of sheltered employment programmes


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.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

The procurement involves the setting up of a dynamic purchasing system

four.1.6) Information about electronic auction

An electronic auction will be used

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

12 February 2023

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

13 February 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

PLEASE NOTE:

All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.

On 30 June 2021, any certificate issued under the old scheme will expire.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/ccs