Tender

Hybrid Security Operations Centre (HSOC)

  • Dwr Cymru Cyfyngedig

F05: Contract notice – utilities

Notice identifier: 2022/S 000-003082

Procurement identifier (OCID): ocds-h6vhtk-0312a4

Published 2 February 2022, 10:45pm



Section one: Contracting entity

one.1) Name and addresses

Dwr Cymru Cyfyngedig

Fortran Road, St Mellons

Cardiff

CF3 0LT

Email

viorica.swift@dwrcymru.com

Telephone

+44 2920740450

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

www.dwrcymru.com

one.3) Communication

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

https://dwrcymru-welshwater.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://dwrcymru-welshwater.bravosolution.co.uk

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

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Hybrid Security Operations Centre (HSOC)

Reference number

DCWW.1479

two.1.2) Main CPV code

  • 72611000 - Technical computer support services

two.1.3) Type of contract

Services

two.1.4) Short description

Hybrid Security Operations Centre (HSOC)

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Augmented Security Monitoring and Response Services

Lot No

LOT 1

two.2.2) Additional CPV code(s)

  • 72611000 - Technical computer support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

DCC is seeking to establish a Hybrid Security Operations Centre with leverages the combined strength of DCC’s lean internal team and that of the successful Supplier.

DCC is seeking to procure 24/7/365 security monitoring and investigation capabilities, which will be core to DCC’s hybrid strategy.

The successful Supplier will be expected to work with DCC’s internal security analysts to detect, investigate and respond to security threats. The successful Supplier must have the capability to integrate with DCC’s existing SIEM and XDR technology stack to enrich and enhance DCC’s cyber defence capabilities in both IT and OT environments.

The successful Supplier should be threat-led at its core and provide suitably flexibility to evolve in line with DCC’s IT environment and business needs.

The successful Supplier must have the capability to offer a range of ‘value-add’ training and development services to support the continued maturity of DCC’s internal team which may include as a minimum purple team or tabletop exercises, analyst workshops, and/or access to cyber ranges.

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

36

This contract is subject to renewal

Yes

Description of renewals

The Contract may be extended by up to two years at DCC's option

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract may be extended by up to two years at DCC's option

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Threat Intelligence Services

Lot No

LOT 2

two.2.2) Additional CPV code(s)

  • 72611000 - Technical computer support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

DCC seeking to procure services from a successful Supplier who will support a variety of use cases including; adversarial intelligence, tailored monthly strategic threat reports, attack surface monitoring, dark web monitoring, data exposure monitoring, brand and domain monitoring, and vulnerability intelligence. The successful Supplier will deliver these Services via a threat intelligence portal/platform and augmented by human analysis. This LOT 2 will also include ‘analyst-on-demand’ services.

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

36

This contract is subject to renewal

Yes

Description of renewals

The Contract may be extended for up to a further two years at DCC's option.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract may be extended for up to a further two years at DCC's option

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.1.2) 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

8 March 2022

Local time

12:00pm

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

30 March 2022

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Participation instructions — how to express interest in this opportunity.

1) Register your organisation on the DCC eSourcing Portal (this is only required once so please check whether there is an existing account registered for your organisation — multiple users can be added as required);

2) Express an interest in the opportunity:

— log in to the portal with your username and password,

— click the 'PQQs/ ITTs Open to all Suppliers' link,

— click on the relevant PQQ/ ITT to access the content,

— click the 'Express Interest' button at the top of the page — this will move the PQQ/ ITT into your 'My PQQs/ITTs' page (this is a secure area reserved for your projects only),

— you can now access any attachments by clicking 'Attachments' in the 'PQQ/ ITT details' box.

3) Responding to the Opportunity

— click 'My Response' under 'PQQ/ ITT details'. You can choose to 'Create response' or 'Decline to Respond',

— you can now use the messaging function to communicate with the buyer and seek any clarification,

— note the deadline for completion and follow the onscreen instructions to complete your response — there may be a mixture of online and offline actions for you to perform,

— you must then submit your reply using the 'Submit Response' button at the top of the page. Please Note the following

— you must download the documents yourself after you have expressed interest, they will not be sent to you,

— expressions of Interest will ONLY be accepted through the eSourcing Portal

— all documentation must be returned electronically via the eSourcing Portal,

— if you require any further assistance please consult the online help, or contact the eSourcing helpdesk using the contract information provided on the home page.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

City of Westminster

Country

United Kingdom