Section one: Contracting authority
one.1) Name and addresses
THE MAYOR AND COMMONALTY AND CITIZENS FOR THE CITY OF LONDON
Guildhall
London
EC2P 2EJ
Contact
Ronnie Adams
Telephone
+44 1159672316
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/32217
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37082&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37082&B=BLUELIGHT
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
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Police CyberAlarm
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
Following a successful pilot, NPCC Cybercrime Programme is looking to procure the next iteration of the Police CyberAlarm system which will increase the number of data types the system can handle including cloud base data points, improved functionality and usability along with the ability to commercialise aspects of the system to help support its wider rollout and sustainability. The new system will be required to include and build on the functionality within Police CyberAlarm.
MINT Commercial Services LLP is conducting this procurement process on behalf of The Mayor and Commonality and Citizens for The City of London (The Contracting Authority).
**Please note that the procurement documents for this tendering opportunity will be made available by 16 March 2021**
Please note that this contract is based upon a maximum three (3) year term with funding being made available on an annual basis.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Following a successful pilot, NPCC Cybercrime Programme is looking to procure the next iteration of the Police CyberAlarm system which will increase the number of data types the system can handle including cloud base data points, improved functionality and usability along with the ability to commercialise aspects of the system to help support its wider rollout and sustainability. The new system will be required to include and build on the functionality within Police CyberAlarm.
**Please note that the procurement documents for this tendering opportunity will be made available by 16 March 2021**
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
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 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 April 2021
Local time
4:00pm
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
15 April 2021
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Following on from the initial success of Police CyberAlarm, the NPCC Cybercrime Programme is looking to procure the next iteration of the Police CyberAlarm system. this will increase the number of data types the system can handle including cloud based data points, improved functionality and usability along with the ability to commercialise aspects of the system to help support its wider rollout and sustainability.
The new system needs to take the existing functionality within Police CyberAlarm including:
The ability to ingest Firewall logs
The ability to enrich and categorise Firewall logs
The ability to analyse events and correlation of events of interest through standard reporting and ad hoc analysis
The ability to vulnerability scan the external IP addresses, external websites and endpoints of a member organisation for known vulnerabilities
As part of the ongoing development of the existing system and research, further data end points have been identified as providing a potentially rich intelligence source for policing. These include:
The ability to ingest and analyse IDS/IPS log
The ability to ingest and analyse email and IM SPAM logs from central collection points rather than individual end points.
The ability to ingest and analyse network AV logs
MINT Commercial Services LLP is conducting this procurement process on behalf of The Mayor and Commonality and Citizens for The City of London (The Contracting Authority).
**Please note that the procurement documents for this tendering opportunity will be available to bidders from 16 March 2021**
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
WC1A 2LL
Country
United Kingdom