Tender

Security Operation Centre

  • Financial Services Compensation Scheme Limited

F02: Contract notice

Notice identifier: 2023/S 000-003512

Procurement identifier (OCID): ocds-h6vhtk-03a2fd

Published 3 February 2023, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Financial Services Compensation Scheme Limited

Beaufort House, 15 St. Botolph Street

London

EC3A 7QU

Email

Procurement@fscs.org.uk

Telephone

+44 2073758194

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.fscs.org.uk

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