Section one: Contracting entity
one.1) Name and addresses
Dwr Cymru Cyfyngedig
Fortran Road, St Mellons
Cardiff
CF3 0LT
Telephone
+44 2920740450
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
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