Opportunity

Cyber Security Penetration Testing Framework

  • Police Digital Service

F02: Contract notice

Notice reference: 2021/S 000-018313

Published 30 July 2021, 6:38pm



The closing date and time has been changed to:

10 September 2021, 10:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Police Digital Service

33 Queen Street,

LONDON

EC4R 1AP

Contact

Krish Khanna

Email

Krish.Khanna@TLTSolicitors.com

Telephone

+44 7970217549

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

08113293

Internet address(es)

Main address

https://pds.police.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38547&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38547&B=BLUELIGHT

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cyber Security Penetration Testing Framework

Reference number

PICTCN-126-2021

two.1.2) Main CPV code

  • 72254100 - Systems testing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authority is seeking to procure a multi- supplier framework agreement (with a minimum of 4 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around October 2021.

The framework will be for the delivery of cyber security penetration testing services.

Full details of the specification and requirements are included in the ITT.

The procurement documents will be available to each bidder upon completion of an NDA. Please contact Krish Khanna on Krish.Khanna@tltsolicitors.com to receive a copy of the NDA.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72223000 - Information technology requirements review services
  • 72225000 - System quality assurance assessment and review services
  • 72246000 - Systems consultancy services
  • 72254000 - Software testing
  • 72254100 - Systems testing services
  • 72610000 - Computer support services
  • 72611000 - Technical computer support services
  • 72800000 - Computer audit and testing services
  • 72810000 - Computer audit services
  • 72820000 - Computer testing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Contracting Authority is seeking to procure a multi- supplier framework agreement (with a minimum of 4 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around October 2021.

The framework will be for the delivery of cyber security penetration testing services.

Full details of the specification and requirements are included in the ITT.

The procurement documents will be made available to each bidder upon completion of an NDA. Please contact Krish Khanna on Krish.Khanna@tltsolicitors.com to receive a copy of the NDA.

The NMC, through the Contracting Authority, currently provides a centralised suite of operational security services to UK Policing. These services include the following:

• Protective Monitoring;

• Incident Management;

• Threat Intelligence;

• Threat Hunting;

• Vulnerability Assessment;

• Malware Analysis; and

• Penetration Testing Co-ordination.

This framework is being established to streamline the procurement of Penetration Testing on behalf of UK Policing. The full scope of the Services to be provided by the Framework Suppliers is detailed in the Statement of Requirements (Appendix 1).

Anticipated spend under the Framework Agreement is not expected to exceed £1,000,000. This figure has been calculated on the assumption that the Framework Agreement runs for its maximum possible term and that a number of Call Off Contracts are awarded by Contracting Bodies. For the avoidance of doubt, the Contracting Authority gives no warranty or representation as to the value of any Call Off Contract, or the number of Call Off Contracts, if any, which may be awarded.

The Contracting Authority intends to award the Framework Agreement based on the most economically advantageous tender (MEAT). The Contracting Authority will not be bound to accept the lowest price or any Tender submitted, but will be evaluating Tenders on the quality and price criteria set forth in the ITT.

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: £1,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The initial term of the awarded framework agreement shall be 2 years (24 months), with the possibility of two further renewal periods of 1 year each (12 months).

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.2.14) Additional information

The framework is open to a wide range of policing bodies, law enforcement agencies and other Bluelight Services. Please refer to the ITT and Appendix 4 (Contracting Bodies) for more information.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 10

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

1 September 2021

Local time

10:00am

Changed to:

Date

10 September 2021

Local time

10:00am

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

1 September 2021

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The estimated value of the framework described in this Find a Tender notice is GBP 1 million. This figure has been calculated on the assumption that the framework runs for its maximum possible term (the initial terms of 2 years, plus the further extension periods of 1 year each) and that a number of call-off contracts are awarded by the various parties listed in the ITT. For the avoidance of doubt, the Contracting Authority gives no warranty or representation as to the value of any call-off contract, or the number of call-off contracts, if any, which may be awarded.

six.4) Procedures for review

six.4.1) Review body

High Court

7 Rolls Building

London

EC4A 1NL

Country

United Kingdom