Planning

OT and IT Cybersecurity Services framework

  • SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC

F04: Periodic indicative notice – utilities (reducing time limits for receipt of tenders)

Notice identifier: 2024/S 000-020845

Procurement identifier (OCID): ocds-h6vhtk-047bc5

Published 8 July 2024, 8:20pm



Section one: Contracting entity

one.1) Name and addresses

SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC

Inveralmond House,200 Dunkeld Road

PERTH

PH13AQ

Contact

James Pike

Email

james.pike@sse.com

Country

United Kingdom

Region code

UKM77 - Perth & Kinross and Stirling

Companies House

SC213461

Internet address(es)

Main address

https://www.ssen-transmission.co.uk/

one.3) Communication

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=387

one.6) Main activity

Other activity

IT Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

OT and IT Cybersecurity Services framework

Reference number

7648

two.1.2) Main CPV code

  • 72600000 - Computer support and consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Scottish Hydro Electric Transmission Plc. (SHET) seeks a skilled provider of Operational Technology (OT) cybersecurity assurance services and IT cybersecurity services. The supplier will act as an independent assurance authority, ensuring that OT systems are designed, delivered and managed in a secure manner and in line with SHET and national standards.

Among key responsibilities the prospective supplier would provide design assurance, assurance of onsite installation, security testing, threat-intelligence, and operational assurance. Additionally they may be required to provide ad-hoc projects and support with incident management and response, digital forensics, security, network and infrastructure consulting.

The supplier should be able to provide CREST certified penetration testing services

There may be a future requirement for IT managed services, IT cybersecurity services and project delivery services to be provided by the supplier, so it is desirable that the supplier have the capability to provide IT managed services (for example but not limited to networking, infrastructure, cybersecurity specialisms), cybersecurity services and professional services. This may include implementing new security tools or architectures.

The PIN estimate reflects a combination of day to day capacity, flex contingency, potential ad-hoc projects and support services, and is not a promise or guarantee that the estimate will be reached during the initial or renewal terms.

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Onsite delivery services to take place in the UK

two.2.4) Description of the procurement

Detailed description

Among key responsibilities the prospective supplier would provide design assurance, assurance of onsite installation, security testing, threat-intelligence, and operational assurance. Additionally they may be required to provide ad-hoc projects and support with incident management and response, digital forensics, security, network and infrastructure consulting.

SHET seeks suppliers with experience in all of the following;

 Audit Review & Compliance

 Cyber Security Training & Awareness

 Design and Build of Turnkey Cyber Security Services

 Digital Forensics

 Incident Management & Response

 Risk Assessment and Management Services

 Security Architecture Services

 Security Consultancy

 Security Testing

 Technical Cyber Assurance

 Vulnerability Management

 Desirable;

o Infrastructure Managed Service Support

o Network Service Managed Service Support

o IT managed services delivery (including but not limited to networking, infrastructure, cybersecurity)

o Vendor Cyber Assurance Managed Services.

There may be a future requirement for IT managed services, IT cybersecurity services and project delivery services to be provided by the supplier, so it is desirable that the supplier have the capability to provide IT managed services (for example but not limited to networking, infrastructure, cybersecurity specialisms) and professional services. This may include implementing new security tools or architectures.

The PIN estimate reflects a combination of day to day capacity, flex contingency, potential ad-hoc projects and support services, and is not a promise or guarantee that the estimate will be reached during the initial or renewal terms.

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: £150,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Duration estimate reflects initial term with extension options up to a maximum term of 10 years

two.3) Estimated date of publication of contract notice

19 August 2024


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

Prospective suppliers should be able to commit that they have reasonable procedures in place for the prevention of modern slavery, human trafficking, financial crime and bribery

Prospective suppliers should be able to commit to revealing the identity of any third party subcontractors or solutions upon which their delivery of services would be dependent. SHET may require the right to undertake business probity, financial, cybersecurity and other compliance reviews of subcontractors.

Prospective suppliers may be required to sign a Non-Disclosure-Agreement before security sensitive content is shared with them

Other or additional conditions of participation may be set out in the final tender documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Prospective suppliers should have a minimum annual turnover of £50m p.a.

The financial standing of a prospective supplier must give SHET reasonable confidence that they can successfully fund the services for the duration and accept reasonable liability in line with the level of risk their project presents to SHET.

Other/additional requirements may be set out in the final tender documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Prospective suppliers should be able to evidence strong knowledge and experience in the delivery of similar services, at scale; ideally in a critical national infrastructure context.

Prospective suppliers should be familiar with major brands of OT and IT equipment

Additional requirements may be set out in the final tender documents.

Minimum level(s) of standards possibly required

Prospective suppliers will be required to be accredited to SOC2 or ISO27001 level (or recognized equivalent)

Prospective suppliers should be able to provide personnel based in the UK (during delivery) who have been through enhanced background vetting or carry current security clearance (SC or above). The same vetting expectation may be required for subcontractors of the supplier who work on the delivery

Prospective suppliers should be knowledgeable in NIST standard SP800-53

Penetration test personnel provided should be CREST accredited.

Additional requirements may be set out in the final tender 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 8 years:

The cost, resource effort, complexity and business disruption to change a major support partner is substantial; 10 years reflects and reasonable period through which it is desirable to retain the services of a single supplier. It is desirable to retain a cybersecurity providers services for an extended time so they are deeply familiar with the recent history and practices of the organisation

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

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

SSE Plc.

Perth, Scotland

Country

United Kingdom