Section one: Contracting authority
one.1) Name and addresses
Caredig Ltd
43 Walter Road
Swansea
SA1 5PN
Telephone
+44 1792460192
Country
United Kingdom
NUTS code
UKL18 - Swansea
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0532
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sell2wales.gov.wales
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Managed Security Services Partner - Caredig Ltd
two.1.2) Main CPV code
- 72222300 - Information technology services
two.1.3) Type of contract
Services
two.1.4) Short description
Caredig Ltd procured a new Managed Services Partner in June 2021 and transitioned to the new service provision in April 2022 for the outsourced management and support of its IT infrastructure, while continuing to manage core applications in house.
At the time of this procurement, Caredig was still in contract for the provision of Managed Security Services and so was not in scope at this time, however the contract for this, is due for renewal on the 20th of November 2023.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72222300 - Information technology services
- 72267100 - Maintenance of information technology software
- 32571000 - Communications infrastructure
- 32412000 - Communications network
- 72514000 - Computer facilities management services
- 72611000 - Technical computer support services
- 32413100 - Network routers
- 32422000 - Network components
- 32425000 - Network operating system
- 32427000 - Network system
- 32430000 - Wide area network
- 72222000 - Information systems or technology strategic review and planning services
- 72253200 - Systems support services
- 72253000 - Helpdesk and support services
- 72910000 - Computer back-up services
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
two.2.4) Description of the procurement
As a minimum, this contract for the provision of a Manager Security Service should cover the following areas:
Security & Event Management
Microsoft 365 Security & Event Management
325 Users
Device vulnerability assessments and alerting
DarkWeb Monitoring – Credential Compliance Scanning
Security Operations Centre (SOC)
Behavioral analysis and alerting / response on events – including Cyber Security Training platform and Phishing testing platform
Critical file / bulk file change and alerting / response on events
Continued delivery of Cyber Essentials Accreditation and Certification Support
Continued Cyber Essentials Plus pre assessment, and remediation compliance advice
Delivery of Cyber Essentials Plus Accreditation and Certification support (if Caredig choose to pursue Plus accreditation)
Annual Penetration testing
In addition, it is expected that the successful supplier will work closely with our Managed Service Provider in all aspects relating to security
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: £150,000
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
Option for 3+1+1 contract (initial term 3 years)
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documentation
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
Selection criteria as stated in the procurement documentation
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
Originally published as:
Date
12 May 2023
Local time
12:00pm
Changed to:
Date
19 May 2023
Local time
12:00pm
See the change notice.
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 May 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=111445.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=130695.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:130695)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom