Section one: Contracting authority
one.1) Name and addresses
Financial Services Compensation Scheme Limited
Beaufort House, 15 St. Botolph Street
London
EC3A 7QU
Telephone
+44 2073758194
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./T7S35VB7FC
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Security Operation Centre
Reference number
FSCS442
two.1.2) Main CPV code
- 72222300 - Information technology services
two.1.3) Type of contract
Services
two.1.4) Short description
A Managed Security Operation Centre with SIEM capability covering 24 hours, 7 days a week operation monitoring FSCS services to meet the Service Levels provided in the ITT
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48730000 - Security software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
i)A Managed Security Operation Centre with SIEM capability covering 24 hours, 7 days a week operation monitoring FSCS services to meet the Service Levels provided in the ITT
ii)Ingest logs from FSCS IT services and provide monitoring, detection, and response
iii)To consume logs in a range of formats and from multiple sources on premise and in the azure cloud, including and not limited to: firewalls, Azure DDoS, Azure WAF, Azure load balancer, Azure Application Gateway, Azure NSG, routers, servers, switches, wireless controllers, VMs, virtual and physical appliances, laptops, containers, applications, FSCS web sites – IIS and Azure web apps , email services, Office365, Key Vaults, Backup Vaults, Azure KSMs, Azure Event Hub, Azure log analytics, HSMs, deployment mechanisms, third-party applications, authentication and authorisation services, anti-virus software, endpoint protection software, Microsoft Defender for Cloud and threat intelligence.
iv)To apply threat intelligence analysis to the technologies and services that comprise of the FSCS IT estate.
v)Hosts and services located in cloud and on-premises environments shall be scanned and vulnerabilities highlighted.
vi)To include regular real-time and summary reporting, and dashboards
vii)To implement, configure and provide on-boarding support and assistance to FSCS in respect of the Services
viii)To provide on-going account management and service management
ix)To develop and tune the service to reduce false positives
x)To work with FSCS to enhance the Services in line with changes to best practice
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,000,000
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
This includes the option to extend twice, each for a period of up-to 24 months. Therefore this is a 3 + 2 + 2
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Open procedure
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
10 March 2023
Local time
2:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 March 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The estimated total contract value is based on all 7 years.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./T7S35VB7FC" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./T7S35VB7FC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T7S35VB7FC" target="_blank">https://www.delta-esourcing.com/respond/T7S35VB7FC
GO Reference: GO-202323-PRO-22046145
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
Country
United Kingdom