Opportunity

NW2237 -the provision of OT Anomaly Detection Solution (Hardware, Software, Implementation & Support)

  • NORTHUMBRIAN WATER GROUP LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-035720

Published 16 December 2022, 3:27pm



Section one: Contracting entity

one.1) Name and addresses

NORTHUMBRIAN WATER GROUP LIMITED

Northumbria House, Abbey Road, Pity Me

DURHAM

DH15FJ

Contact

Philippa Longstaff

Email

philippa.longstaff@nwl.co.uk

Telephone

+44 7516587560

Country

United Kingdom

NUTS code

UKC14 - Durham CC

Companies House

02366703

Internet address(es)

Main address

https://www.nwl.co.uk/

one.3) Communication

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

https://s1.ariba.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://s1.ariba.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NW2237 -the provision of OT Anomaly Detection Solution (Hardware, Software, Implementation & Support)

Reference number

NW2237

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

Northumbrian Water Limited (NWL) provide water and sewerage services to just under 4.4 million people operating principally in the North-East of England and Essex and Suffolk. It is NWL's vision 'to be the most digital water company in the world' therefore it is our mission to find a partner to support our Developer Services Product.

NWL would like to identify a partner to supply and help implement an OT Anomaly Detection solution with the right functionality that supports our business needs and provides future flexibility as our business evolves and grows its cyber capabilities.

Northumbrian Water Limited (NWL) has a regulatory requirement to implement an Operational Technology (OT) anomaly detection solution as part of our cyber resilience enhancement programme. This programme aims to deliver multiple benefits across the company by enhancing our cyber security strategy, processes, and tools to ensure compliance with the Network and Information Systems (NIS) Directive.

We require a commercial, off-the-shelf solution which can be deployed by our onsite engineers, with the help and guidance from the vendor's support team.

The OT Anomaly detection solution is required to:

• Provide automated asset inventory capability

• Identify and risk assess vulnerabilities for the assets identified

• Monitoring of configuration changes

• Provide understanding of data connectivity

• Carry out Anomaly Detection to highlight and risk assess potential security incidents to be investigated

A key part of our cyber resilience enhancement programme is to improve the security posture of our OT estate and after recently implementing a managed hybrid Security Operations Centre (SOC), we aim to bring our OT monitoring, detection, and response in line with our existing IT capability. To effectively integrate with our SOC, any OT anomaly detection system must be capable of sending alerts (at minimum) to our SIEM (Splunk Cloud).

In addition to the security monitoring enhancements the OT anomaly detection system will bring to our compliance with the NIS Directive/Regulations, the additional asset discovery and vulnerability identification are key areas in which we expect the solution to assist.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKH14 - Suffolk
  • UKH3 - Essex

two.2.4) Description of the procurement

Northumbrian Water Limited (NWL) provide water and sewerage services to just under 4.4 million people operating principally in the North-East of England and Essex and Suffolk. It is NWL's vision 'to be the most digital water company in the world' therefore it is our mission to find a partner to support our Developer Services Product.

NWL would like to identify a partner to supply and help implement an OT Anomaly Detection solution with the right functionality that supports our business needs and provides future flexibility as our business evolves and grows its cyber capabilities.

Northumbrian Water Limited (NWL) has a regulatory requirement to implement an Operational Technology (OT) anomaly detection solution as part of our cyber resilience enhancement programme. This programme aims to deliver multiple benefits across the company by enhancing our cyber security strategy, processes, and tools to ensure compliance with the Network and Information Systems (NIS) Directive.

We require a commercial, off-the-shelf solution which can be deployed by our onsite engineers, with the help and guidance from the vendor's support team.

The OT Anomaly detection solution is required to:

• Provide automated asset inventory capability

• Identify and risk assess vulnerabilities for the assets identified

• Monitoring of configuration changes

• Provide understanding of data connectivity

• Carry out Anomaly Detection to highlight and risk assess potential security incidents to be investigated

A key part of our cyber resilience enhancement programme is to improve the security posture of our OT estate and after recently implementing a managed hybrid Security Operations Centre (SOC), we aim to bring our OT monitoring, detection, and response in line with our existing IT capability. To effectively integrate with our SOC, any OT anomaly detection system must be capable of sending alerts (at minimum) to our SIEM (Splunk Cloud).

In addition to the security monitoring enhancements the OT anomaly detection system will bring to our compliance with the NIS Directive/Regulations, the additional asset discovery and vulnerability identification are key areas in which we expect the solution to assist.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

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: Yes

Description of options

After the initial 36 months, an optional 24 months extension will be available.


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 stated in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.6) Deposits and guarantees required

If the Dun and Bradstreet credit rating returns a rating of 'above average risk' or 'high risk', the contracting entity will request further financial information for review and a parent company guarantee may be required.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Please see the terms and conditions in the procurement documents.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

These will be set out in the tender documents


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

6 January 2023

Local time

12:00pm

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.3) Additional information

Applicants are asked to note that this procurement process will be conducted electronically with all documents and communication being managed through the Northumbrian Water eSourcing Spend Management portal called 'Ariba'.

Expressions of interest for this tender must be sent to the e-mail address expressions@nwl.co.uk before the deadline date of 06/01/23 at 12 noon. Once expression of interest has been received that contains the details below, applicants will be given access to the Ariba portal within 48 hours from request. This portal will contain all the tender documents associated with this procurement that are available at the time. An email link will also be provided to the email address you provide to access the portal. The deadline for return of the completed PQQ is 16/01/23 at 12 noon. When sending expression of interest, applicants must provide the following information: 1) Full company name 2)Main contact details of the person who will be given access to the Ariba portal- Name, Job title, Emails address and telephone.

six.4) Procedures for review

six.4.1) Review body

NWL Legal Department

Northumbrian Water LIMITED, Abbey Road, Pity Me

Durham

DH1 5FJ

Country

United Kingdom