Tender

Provision of a Governance Risk Compliance Tool

  • Foreign Commonwealth and Development Office

F01: Prior information notice (call for competition)

Notice identifier: 2022/S 000-010218

Procurement identifier (OCID): ocds-h6vhtk-032e86

Published 19 April 2022, 4:02pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Email

ict.commercial@fco.gov.uk

Telephone

+44 2070080932

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/foreign-commonwealth-development-office

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.gov.uk/government/organisations/foreign-commonwealth-development-office

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Governance Risk Compliance Tool

Reference number

CPG/7899/2022

two.1.2) Main CPV code

  • 48730000 - Security software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

FCDO are looking to a third party to introduce and implement a new GRC tool to be used by ICSU for information security risk management and assurance activities. The tool will be used to record all risks above risk appetite, track actions and communicate with risk owners and action owners. The tool will be used to record all FCDOs systems and services, their assurance status, outstanding tasks and send reminders to users for system reviews.

Functional requirements (for the tool)

• Centrally capture information security risks, security vulnerabilities, audit findings, regulatory obligations and other issues across technology infrastructure

• Centrally capture a set of IT systems and services and their assurance status

• A mechanism for reporting to colleagues as well as up to board level

• Up to 50 users (but should be scalable) with varying access requirements (e.g. those reviewing risks, those reviewing assurance)

Non-functional

• Tool platform should be subject to a recognised security certification (ISO/IEC 27001:2013 / Cyber Essentials or equivalent)

• Minimum of SC clearance for all individuals accessing sensitive FCDO information and data

• Tool vendor must have an annual IT Health Check performed by a certified CHECK company

• Support multi-factor authentication and single sign on

• Compliant with data protection legislation

• Documented threat management processes and tools

• Ability to integrate with FCDO incident management processes and procedures

• Follows NCSC good cloud security principles and guidance (https://www.ncsc.gov.uk/collection/cloud-security)

• Named UK data centre, with all processing capability and call centre support within UK and EU

• Return To Operation (RTO) time should be no more than 24 hours and Return Point Objectives (RPO) time no more than 1 hour

Implementation & Training

• Bidders will be asked to demonstrate a minimum viable product (MVP) as part of any procurement and be potentially able to deploy into a live environment within 3 months of contract

• Throughout implementation, the tool platform should be tailored as appropriate for the business needs of the FCDO

• Capability to supply end-to-end training on the tool platform, including train the trainer and comprehensive documentation

Maintenance, support, system updates

• Provide support for end users

• Ensure the platform is kept up-to-date, patching should be maintained at N-1

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

two.2.4) Description of the procurement

Detail provided in section II.1.4 is not an exhaustive list of requirements.

The Authority requests notes of interest in a potential procurement exercise within fifteen (15) working days of the publication of this notice.

At the expiry of this deadline, the Authority will commence pre-tender engagement with interested suppliers, which may involve, but will not be limited to; disclosure of the work in progress requirement set, demonstration of supplier offerings and review of potential

contractual arrangements.

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

Restricted 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 expressions of interest

Date

10 May 2022

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

This notice is for information only.

The Contracting Authority may or may not subsequently publish a formal contract

opportunity notice in the future.

The Contracting Authority may, without prejudice, use feedback from the responses and demos to help inform the development of the potential requirement.

six.4) Procedures for review

six.4.1) Review body

High Royal courts of Justice

London

Country

United Kingdom