Opportunity

P-1437 Cyber Security and PCI DSS Auditing

  • Translink

F05: Contract notice – utilities

Notice reference: 2021/S 000-006145

Published 25 March 2021, 5:40pm



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

rhonda Gourley

Email

etni@translink.co.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

P-1437 Cyber Security and PCI DSS Auditing

two.1.2) Main CPV code

  • 72800000 - Computer audit and testing services

two.1.3) Type of contract

Services

two.1.4) Short description

The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. Translink wishes to invite tenders for the provision of a single service provider with the ability to carry out assessments, advise on network and system security and deliver PCI DSS Security Assurance Services. The assessments will provide a level of assurance that the corporate network, devices, applications and websites are secure and will help manage any identified risks. The anticipated start date is June 2021 however dates may be subject to change. Translink reserves the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72810000 - Computer audit services
  • 72150000 - Computer audit consultancy and hardware consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND

two.2.4) Description of the procurement

The following is provided in good faith and is intended only as a preliminary background explanation to Translink’s requirement, it does not purport to be all inclusive. Translink wishes to invite tenders for the provision of a single service provider with the ability to carry out assessments, advise on network and system security and deliver PCI DSS Security Assurance Services. The assessments will provide a level of assurance that the corporate network, devices, applications and websites are secure and will help manage any identified risks. The anticipated start date is June 2021 however dates may be subject to change. Translink reserves the right to accept part of any Tender from one or any number of Tenderers and may change the contracting strategy at any time.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £800,000

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

2 additional options to extend the contract. Each option for a period of 1 year.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2 additional options to extend the contract. Each option for a period of 1 year.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

If required this will be listed within the tender document. Information on https://. etendersni.gov.uk/epps.


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

28 April 2021

Local time

3:00pm

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

Tender must be valid until: 26 August 2021

four.2.7) Conditions for opening of tenders

Date

28 April 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Translink may make a call for competition at the end of the initial 3 year contract period and/or if additional. options are taken (2 additional options, each a period of 1 year). Translink reserve the right to make a call for. competition at any point deemed appropriate by Translink and may make no call for competition should the. requirement no longer be classified by Translink as recurring..

six.3) Additional information

Let’s work together:. — follow us on Twitter at www.twitter.com/TranslinkB2B for opportunities worth 50 000 GBP or more,. — check out our. website at www.translink.co.uk/Corporate/Procurement/. — participate in tenders at https://etendersni.gov.uk/epps. For assistance using eTendersNI and registering your Organisation please contact the helpdesk whose number. is located on the eTendersNI contact us page.. Note: Do not leave completing your PQQ/ITT response until the last minute, late responses shall be rejected.. The Contracting Authority reserves the right not to award any contract as a result of this competition.. About the Translink Group: throughout the documentation, both ‘Translink’ and ‘Group’ refer to the same. corporate entities. Both shall be taken to comprise the Northern Ireland Transport Holding Company (NITHC) in. addition to its main operating subsidiaries Citybus Ltd, Northern Ireland Railways Company Ltd and Ulsterbus Ltd

six.4) Procedures for review

six.4.1) Review body

Please see VI.4.3

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:. Translink will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge. the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the. High Court (England, Wales and Northern Ireland).