Contract

Procurement of a Vulnerability Assessment System (VAS) for the Isle of Wight Council

  • Isle of Wight Council

F03: Contract award notice

Notice identifier: 2023/S 000-003969

Procurement identifier (OCID): ocds-h6vhtk-03a429

Published 9 February 2023, 10:28am



Section one: Contracting authority

one.1) Name and addresses

Isle of Wight Council

County Hall, High Street

Newport

PO30 1UD

Contact

Mrs Lucy Chandler

Email

lucy.chandler@iow.gov.uk

Telephone

+44 1983821000

Country

United Kingdom

Region code

UKJ34 - Isle of Wight

Internet address(es)

Main address

http://www.iwight.com

Buyer's address

http://www.iwight.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Procurement of a Vulnerability Assessment System (VAS) for the Isle of Wight Council

Reference number

DN646545

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Isle of Wight Council (“the Authority”) issued a further competition invitation for the Provision of a Vulnerability Assessment System (VAS) under the CCS Technology Products and Associated Services Framework (RM6068) Lot 3.

The initial term of the contract shall be for three years with the option to extend for up to a further 24 months at the sole discretion of the Authority.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £203,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKJ34 - Isle of Wight
Main site or place of performance

Isle of Wight

two.2.4) Description of the procurement

The Authority issued a further competition invitation for the Provision of a Vulnerability Assessment System (VAS) under the CCS Technology Products and Associated Services Framework (RM6068) Lot 3. The requirement is for a vulnerability scanning solution that can scan all our devices on our corporate network. This is needed to help us to identify where patches, firmware or other security updates are missing or are required and highlight to us, advising on a risk basis which vulnerabilities we should address first.

Please note that II.1.3 is stated as a 'service' but there may be an element of supplies as well.

Please also note that the value stated at II.1.7 is for the whole potential life cost of the contract (not including any uplift for years 4 and 5 as per the tender pack).

two.2.5) Award criteria

Quality criterion - Name: Goods and Services fitness for purpose/Logistics and Delivery Capabilities: Please set out your methodology for meeting our specification. Also, how is the solution to be delivered – Physical, Virtual, Cloud or Appliance based? / Weighting: 5

Quality criterion - Name: Understanding Buyer Needs: Can the proposed solution scan our Microsoft Cloud hosted systems (Azure and Microsoft 365) as well as local systems? / Weighting: 5

Quality criterion - Name: Understanding Buyer Needs: Can the proposed solution scan Internet of Things (IoT) devices? Please include detail of any limitations e.g., Android only etc. / Weighting: 5

Quality criterion - Name: Goods and service fitness for purpose: The Proof of Concept (POC) is to be 60 days. Please provide details of how the POC will be implemented and supported throughout to support skills transfer etc. / Weighting: 10

Quality criterion - Name: Buyer Service and Satisfaction: Please can you provide two reference sites OR customer testimonials for your product and links to supporting documentation. / Weighting: 5

Quality criterion - Name: Goods and service fitness for purpose: As per the Table – Appendix B (3) (3.3) (2), we set out that support and maintenance must be provided for the duration of the contract which will consist of 9 hours per day, 5 days per week and a response time of within 4 hours, as a minimum requirement. What further support and maintenance provision can you provide additionally? For example, on a tiered scale, 24/7, portal link etc. What are the details of the support and maintenance that you will be providing for your solution? e.g., 24/7, support portal link etc. / Weighting: 5

Quality criterion - Name: Goods and service fitness for purpose: As per the Table – Appendix B (3) (3.3) (10), we set out that there are a number of software applications and hardware firmware versions, including non-Microsoft, that your solution must be able to scan, as a minimum requirement. In addition to the minimum as we set out, what else are you able to include and provide for? In particular, what non-Microsoft software can be vulnerability scanned by your solution? I refer you to the Table – Appendix B (3) (3.3) (21) and associated ‘Software Could’ list in Appendix 1. / Weighting: 5

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The option to extend for up to a further 24 months at the sole discretion of the Authority, following the initial three year term.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Further competition carried out under CCS Lot 3 of Framework RM6068

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 February 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Softcat Plc

Fieldhouse Lane

Marlow, Buckinghamshire

SL7 1LW

Country

United Kingdom

NUTS code
  • UKJ34 - Isle of Wight
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £203,000


Section six. Complementary information

six.3) Additional information

The values listed in this contract award notice are the whole life values for the full term of the contract including extension options, not including any uplift for years 4 and/or 5 as per the tender pack.

six.4) Procedures for review

six.4.1) Review body

The High Court

London

WC2A 2LL

Country

United Kingdom