Tender

IT Security Services

  • Development Bank of Wales

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-010484

Procurement identifier (OCID): ocds-h6vhtk-04efe9

Published 20 March 2025, 3:51pm



Scope

Reference

DBW00105

Description

The Development Bank of Wales currently operate a security operation model that is split across multiple providers and technologies. To help reduce the complexity of this approach and improve our ability to effectively monitor, respond to, and mitigate security threats, the Banc are investigating the feasibility of implementing a unified Microsoft security operations platform, the day-to-day management of which would be supported by a single provider. his transition will not only streamline our processes and technology, but also increase the efficiency of our incident response efforts and reduce the potential for gaps in our security posture caused by the fragmentation of tools and services.

Currently, our Azure services are handled by Service Provider A, which focuses on optimising our cloud infrastructure. Service Provider B is responsible for managing our Microsoft 365 environment and on-premises infrastructure, ensuring that both are configured and maintained to meet our operational needs. Additionally, our managed detection and response (MDR) services are provided by Service Provider C, which utilises their own proprietary platform to deliver continuous monitoring, threat detection, and incident response across our IT estate.

The Banc is investigating replacing Service Provider C with a new Service Provider that will take over the managed detection and response function, utilising the Microsoft unified security platform. They will be responsible for the implementation, configuration and on-going management of the platform, and providing proactive advice and recommendations to improve the security of our Microsoft estate, drawing on Microsoft's insights, but will not be responsible for any configuration outside of the security platform. The new provider will collaborate closely with Service Providers A and B to align security practices ensuring that our entire IT environment remains protected against emerging threats.

Please refer to the scope of requirements

Please note the contract value is an estimate

Total value (estimated)

  • £1,500,000 excluding VAT
  • £1,800,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 July 2025 to 30 June 2030
  • Possible extension to 30 June 2033
  • 8 years

Description of possible extension:

3 years in 12 month increments

Options

The right to additional purchases while the contract is valid.

There may be a requirement that the supplier will undertake project work during the contract term. Additional modules and or security of other systems may also be required.

Main procurement category

Services

CPV classifications

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

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

Professional Indemnity (PI) - £1,000,000

Cyber Essential insurance £1,000,000

Employers Liability (EL) - £10,000,000

Public Liability (PL) - £5,000,000

Technical ability conditions of participation

Please refer to the tender documentation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

17 April 2025, 12:00pm

Submission type

Tenders

Tender submission deadline

9 June 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

30 June 2025

Recurring procurement

Publication date of next tender notice (estimated): 13 March 2033


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Stage 2

Technical evaluation

Questions have a total weighting of 70%

Quality 69.00%
Commercial

Annual costs including the implementation for the first year

Rate cards

Price 30.00%
Stage 1

PSQ - Pass/Fail

Technical evaluation - Pass/Fail and weighted questions

3PQ

Please note that this stage has a technical weighting of 100%

Quality 1.00%

Other information

Payment terms

30 days

Description of risks to contract performance

NA

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Stage 1 will consist of completion of

Procurement Supplier Questionnaire - Pass/Fail

Technical questionnaire with a variety of Pass/Fail questions and weighted questions

3PQ - Pass/Fail

Stage 2 only the top 3 suppliers will be selected to go into stage 2 the evaluation will consist of

Technical evaluation at 70%

Commercial at 30%

Further information can be found within the tender documentation

Justification for not publishing a preliminary market engagement notice

A speculative notice was issued under the PCR2015


Documents

Documents to be provided after the tender notice


Contracting authority

Development Bank of Wales

  • Public Procurement Organisation Number: PCWM-6438-QYVP

Unit J, Yale Business Village, Ellice Way,

Wrexham

LL13 7YL

United Kingdom

Contact name: Leanne Millard

Telephone: +442920801715

Email: procurement@developmentbank.wales

Website: http://www.developmentbank.wales

Region: UKL23 - Flintshire and Wrexham

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales