Opportunity

YWS Unified Endpoint Protection System Integrator - Design, PoC & Rollout

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-013389

Published 18 May 2022, 4:51pm



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Mariia Sazonova

Email

mariia.sazonova@yorkshirewater.co.uk

Telephone

+44 07977189340

Country

United Kingdom

NUTS code

UKE41 - Bradford

Internet address(es)

Main address

http://www.yorkshirewater.com

one.3) Communication

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

http://www.yorkshirewater.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.yorkshirewater.com

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

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YWS Unified Endpoint Protection System Integrator - Design, PoC & Rollout

Reference number

CM2439

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

Yorkshire Water (YW) are seeking an Endpoint protection and Security Service Edge (SSE) systems integrator who resells Endpoint Security and SSE. At this stage in the process, YW want to consider the widest variety of options. Therefore, YW would discourage Tool providers partnering with a single Systems Integrator or vice versa. YW reserves the right to contract directly with the Tool providers.

The required services are to complete the staged migration of YWS Endpoint protection services and systems, and on-going maintenance of the newly implemented solution. This notice will result in the appointment of a Systems Integrator (SI) who can provide services across requirements, design, blueprint, proof of Concept (PoC), build, test, deploy, hyper care, rollout/migrate, and ongoing service management for future stages of the service to implement additional capabilities/services, as well as a range of other related services. This may also include the support of the solution once it is implemented.

The suppliers appointed on the contract may also be required to deliver the following kind of services: Project Management, business change management, process design, requirements analysis, solution design, service design, technical advice and planning, quality control, design assurance, system integration, testing, business continuity management, transition into support / provision of support, service retirements, security, and a variety of other services required by YWS from time to time.

Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind YWS to buy any specific quantities should the bidder be successful and enter into an Agreement.

This notice is seeking expression of interest for providing above services to YWS.

Please note that that all bidders who express their interest must upload completed Selection Questionnaire through SAP Ariba. In order to receive selection documents and start Ariba onboarding, please email at mariia.sazonova@yorkshirewater.co.uk

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

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
  • 48760000 - Virus protection software package

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The successful Systems Integrator is required to complete the implementation and ongoing management of Endpoint protection services and systems. This will include Security Service edge (SSE) cloud services as part of a unified solution incorporating agent-based and agentless endpoint protection services. This intends to be a 3 year deal with the potential to extend up to a further 2 years (3+1+1). The total estimated value over the 5 years is £5,000,000 GBP.

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: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The initial contract term will be for 36 months, YWS reserves the option to extend twice for a further 12 months, based on satisfactory performance of the contract by the service provider.

Further details will be sent out in the procurement documents.

The estimated value is based on the full potential contract term including renewal (i.e. 36 months + 12 months+ 12 month)

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.14) Additional information

Service Description:

The SI will deliver a capability that supports YW strategic Endpoint security architecture, along with coverage and capabilities to meet both present and future demands, this includes but is not limited to a unified endpoint protection solution for Mobile devices, Laptops/Desktops/Servers, Virtual machines, BYoD, Containers, OT, IoT, SaaS and integration with public cloud security.

YWS is seeking to appoint an SI (systems integrator) to complete the staged transition of YWS Endpoint protection service, the current solutions provide the following capabilities:

Mail & Web gateway - delivers YW secure web gateway and email filtering service

Endpoint protection - delivers malware/ransomware prevention, disk encryption, application control, firewall and removable media management

Secure VPN - delivers YW secure and seamless VPN connectivity

With the advancements of threats and malware it has become evident that the current endpoint solution approach has led to unnecessary technical debt, capability gaps and support issues.

YW primary platform for its users have been Windows, along with Linus, macOS and iOS, recently it has also started to implement its strategic direction to cloud. In addition, the increasing reliance upon mobile devices and the integration of OT and IoT has led YW to implement a security strategy and infrastructure strategy necessitating endpoint protection solutions align with the zero-trust approach.

This will encompass delivering a platform providing security capabilities including but not limited to malware prevention, threat protection, data security, cloud broker, secure connectivity, and secure web gateway to provide proactive and consistent protection. It is essential to consider unified capabilities for mobile users that align with the zero-trust approach to seamlessly correlate, identify and respond to anomalies across multiple layers of on-premise, mobile and cloud infrastructure.

YWS is looking to fulfil this through the appointment of the SI, modernising, integrating and simplifying its existing Endpoint protection service, secure web gateway and VPN, driving improved coverage and capability across YW existing IT infrastructure along with improved security capabilities and coverage, i.e. BYoD support for employees and partners and cloud security integration.

The SI will have strong capabilities and experience with delivering Security Service edge (SSE) cloud services as part of a unified solution incorporating agent-based and agentless endpoint protection services. This will embed the alignment to YW zero-trust strategy with the objective of reducing risk whilst supporting YW IT strategy.

The SI will also be required to provide services related to the design, development, integration, and support of the solution. Specific services might include, for example, impact assessment & planning, technology enablement, application of on-prem, SaaS and cloud-based security expertise, integration, change management and continuous improvement of the solution and related technologies.

Suppliers would be expected to provide services related to assessment and planning, implementation, and ongoing service management. They will also be required to support the delivery of endpoint solution migration / cleansing activities, including partnering with other 3rd party providers to engage, manage the overall endpoint solution migration and ongoing maintenance. The SI would also be required to deliver services surrounding Change management across people, processes, systems, and data.

Suppliers will be expected to have strong capabilities in optimising processes and managing organisational change while assessing the impact of and deploying endpoint protection services though quality assurance, defect resolution, testing and release management services.

The supplier appointed to the contract may also be required to deliver the following kind of services: Project Management, quality control, design assurance, system integration, testing, business continuity management, transition into support / provision of support, technical advice and planning, process design, requirements analysis, solution design, service design, service retirements, security and a variety of other services required by YWS from time to time.


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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Please refer to the Procurement documents (Selection questionnaire)


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

17 June 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.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Yorkshire Water Services

Bradford

Country

United Kingdom