Tender

SU243(23) Security Operations Centre, Managed Services

  • Swansea University

F02: Contract notice

Notice identifier: 2023/S 000-028348

Procurement identifier (OCID): ocds-h6vhtk-0403ce

Published 26 September 2023, 12:57pm



Section one: Contracting authority

one.1) Name and addresses

Swansea University

Procurement Office, Swansea University, Singleton Park

Swansea

SA2 8PP

Email

procurement@swansea.ac.uk

Telephone

+44 1792602779

Country

United Kingdom

NUTS code

UKL18 - Swansea

Internet address(es)

Main address

https://www.swansea.ac.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0345

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etenderwales.bravosolution.co.uk/home.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/home.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SU243(23) Security Operations Centre, Managed Services

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

Swansea University is currently undergoing a major investment in its technical

infrastructure. The university is seeking a Managed Security Operations Centre

(mSOC)as part of its strategic initiative to build strong proactive measures 24/7 to

prevent, detect and quickly respond to security incidents, cyber threats and risks.

An mSOC will provide advanced threat detection and response capabilities, help

the University meet compliance requirements, and provide a cost-effective

solution for managing security operations. Additionally, an mSOC will assist in

incident response planning, further enhancing the University's security posture.

The University has allocated a budget of approximately 170,000.00 GBP annually,

excluding VAT, for this service. The contract will be for an initial 2 years with an

option to extend for a further 2 years on an annual basis (1+1).

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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Swansea University is currently undergoing a major investment in its technical

infrastructure. The university is seeking a Managed Security Operations Centre

(mSOC)as part of its strategic initiative to build strong proactive measures 24/7 to

prevent, detect and quickly respond to security incidents, cyber threats and risks.

An mSOC will provide advanced threat detection and response capabilities, help

the University meet compliance requirements, and provide a cost-effective

solution for managing security operations. Additionally, an mSOC will assist in

incident response planning, further enhancing the University's security posture.

The University has allocated a budget of approximately 170,000.00 GBP annually,

excluding VAT, for this service. The contract will be for an initial 2 years with an

option to extend for a further 2 years on an annual basis (1+1).

two.2.5) Award criteria

Quality criterion - Name: Initiation / Weighting: 6%

Quality criterion - Name: Administration / Weighting: 3%

Quality criterion - Name: Configuration / Weighting: 5%

Quality criterion - Name: Operations / Weighting: 2%

Quality criterion - Name: Alerts / Weighting: 2%

Quality criterion - Name: Integration / Weighting: 3%

Quality criterion - Name: Log Data Analysis / Weighting: 3%

Quality criterion - Name: Correlation / Weighting: 5%

Quality criterion - Name: Monitoring / Weighting: 5% & Pass/Fail

Quality criterion - Name: Compliance / Weighting: 3%

Quality criterion - Name: Intelligence Feeds / Weighting: 3%

Quality criterion - Name: Dashboard / Weighting: 3%

Quality criterion - Name: Portal / Weighting: 3%

Quality criterion - Name: Knowledge Base / Weighting: 5%

Quality criterion - Name: Reporting / Weighting: 6%

Quality criterion - Name: Data Retention / Weighting: 3%

Quality criterion - Name: Incident Response / Weighting: 7%

Quality criterion - Name: Sizing / Weighting: 3%

Quality criterion - Name: Team Composition and Skills / Weighting: 5%

Quality criterion - Name: Exit Plan / Weighting: 5%

Price - Weighting: 20

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

Duration in months

48

This contract is subject to renewal

No

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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

27 October 2023

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

27 October 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=135104

(WA Ref:135104)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom