Section one: Contracting authority
one.1) Name and addresses
Pool Reinsurance Company Limited
47 King William Street
London
EC4R 9AF
Contact
Commercial Services
commercialservices@poolre.co.uk
Country
United Kingdom
Region code
UKI31 - Camden and City of London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://poolre.ukp.app.jaggaer.com/esop/ogc-host/public/poolre/web/login.jst
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://poolre.ukp.app.jaggaer.com/esop/ogc-host/public/poolre/web/login.jst
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://poolre.ukp.app.jaggaer.com/esop/ogc-host/public/poolre/web/login.jst
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PROVISION OF IT & CYBER SECURITY SUPPORT SERVICES
Reference number
PRE00048
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
1.2. Pool Re is seeking to appoint a minimum of two (2) Tenderers and a maximum of four (4) for the provision of IT & Cyber Security Support Services, specified into four (4) Lots of service provision, of which Lots 1, 2 and 4 may be awarded as single or multiple Lots, and Lot 3 which may only be bid for as a single lot in total, i.e., not in combination with any of the other lots:
• Lot 1 – Managed Support Services Provider (MSP)
• Lot 2 – Software and Licenses
• Lot 3 – Managed Security Operations Centre as a Service (SOCaaS)
• Lot 4 – Internet Service Provider (ISP)
two.1.5) Estimated total value
Value excluding VAT: £582,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1, 2 and 4 may be awarded as single or multiple Lots.
Lot 3 may only be bid for as a single lot in total, i.e., not in combination with any of the other lots.
two.2) Description
two.2.1) Title
Lot 1 – Managed Support Services Provider (MSP)
Lot No
1
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 72600000 - Computer support and consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
LOT 1 – IT Managed Support Services Provider
IT Managed Support services can be classified into the following sections.
i. Foundation services
Foundation services are the technology provision currently in place and are to be available from the start of the contract:
• IT Managed Service Functions
• Personnel – Time and Materials
• Hardware and Warranties Procurement
• Hardware and Software Support & Maintenance
• Reporting & Documentation
ii. Future Services
Future services are areas of technology provision that might be moved into this contract over time but would be agreed on a case-by-case basis. This may include but not be limited to:
• Technology Strategic Partnership
• Special Projects
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: £360,000
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
This appointment will run for a two-year period with options for Pool Re, in its absolute discretion to extend for up to a further twelve months at the second anniversary, making the full term a maximum of three years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Pool Re will seek to identify a minimum of five (5) applicants across all Lots, with a maximum of 3 applicants per Lot (12 in total) that will be invited to submit tenders.
Criteria as stated within the procurement documents.
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
two.2) Description
two.2.1) Title
Lot 2 – Software and Licenses
Lot No
2
two.2.2) Additional CPV code(s)
- 72268000 - Software supply services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
LOT 2: Licenses And Software
Pool Re requires a license provider to facilitate procurement of new, additional and existing license renewals for all Pool Re’s hardware and software licenses. The license provider should have oversight of automatic renewals of software applications and maintenance of appropriate documentation.
Software purchase incl. license management (effective and proactive) and should provide high scalability to accommodate increase in users. The license provider should provide reports for IT Team to monitor the usage.
New subscriptions or adding assigning new licenses should be assigned within agreed timescale.
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: £84,000
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
This appointment will run for a two-year period with options for Pool Re, in its absolute discretion to extend for up to a further twelve months at the second anniversary, making the full term a maximum of three years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Pool Re will seek to identify a minimum of five (5) applicants across all Lots, with a maximum of 3 applicants per Lot (12 in total) that will be invited to submit tenders.
Criteria as detailed in the procurement documents.
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
two.2) Description
two.2.1) Title
Lot 3 – Managed Security Operations Centre as a Service (SOCaaS)
Lot No
3
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
LOT 3: Soc-As-A-Service (Socaas)
Pool Re’s requires a Managed Security Operation Centre as a Service (SOCaaS) provider to ensure Pool Re’s digital estate is secure against all Cyber Security Threats. The threat landscape will consist of the applications, servers, network appliance, cloud infrastructure and other technologies that support the business functions. The Managed SOC-as-a-Service provider will be responsible for integrating, operating and 24*7*365 monitoring of Pool Re’s estate, equipped with set of tools such as, Security Information and Event Management (SIEM), Threat Intelligence Platforms (TIP), and all other tools that are required to comply to the scope and service levels.
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: £117,000
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
This appointment will run for a two-year period with options for Pool Re, in its absolute discretion to extend for up to a further twelve months at the second anniversary, making the full term a maximum of three years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Pool Re will seek to identify a minimum of five (5) applicants across all Lots, with a maximum of 3 applicants per Lot (12 in total) that will be invited to submit tenders.
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
two.2) Description
two.2.1) Title
Lot 4 – Internet Service Provider (ISP)
Lot No
4
two.2.2) Additional CPV code(s)
- 72411000 - Internet service providers ISP
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 4: Internet Service Provider
Pool Re requires a dedicated, symmetric and permanent fibre optic connection at 200Mbps on a 1Gbps bearer. In order to ensure diversity and resilient with existing solution, Internet Service Provider (ISP) are requested to provide details regarding the potential suppliers and paths.
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: £21,000
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
This appointment will run for a two-year period with options for Pool Re, in its absolute discretion to extend for up to a further twelve months at the second anniversary, making the full term a maximum of three years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Pool Re will seek to identify a minimum of five (5) applicants across all Lots, with a maximum of 3 applicants per Lot (12 in total) that will be invited to submit tenders.
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
As detailed in the procurement documents
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.2.3) 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
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 tenders or requests to participate
Date
19 June 2023
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 August 2023
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom