Tender

Cyber Security Services

  • NHS Resolution

F02: Contract notice

Notice identifier: 2024/S 000-037561

Procurement identifier (OCID): ocds-h6vhtk-04bd62

Published 20 November 2024, 3:29pm



Section one: Contracting authority

one.1) Name and addresses

NHS Resolution

8th Floor, 10 South Colonnade, Canary Wharf

London

E14 4PU

Contact

NHSR Procurement and Contracts

Email

nhsr.procurement@nhs.net

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.resolution.nhs.uk/

Buyer's address

https://www.resolution.nhs.uk/

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cyber Security Services

Reference number

NHSR_276

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

Cyber Security Services Framework Contract

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

NHS Resolution is seeking a single or consortium of suppliers to provide a variety of cyber security services under a framework agreement with a term of 4 years.
This service will allow NHS Resolution to deliver its overall security posture with a view to constant improvement and review, particularly as technology and digital projects are delivered over the years in line with its Digital, Data, Technology & Transformation roadmap.
Services will include:

• Assurance/reviews of technical designs and implementations.
• Assistance with security policy development and alignment with our ongoing training of specialist staff e.g. incident response and threat management.
• Threat modelling / Tech and Ops exercises.
• Security Operations Centre (SOC) staffing.
• Forensic investigations.
• Incident Support.
• Operations Manuals support.
• Threat Intelligence.
• Security Engineering.
• Penetration Testing.
• Vulnerability scanning and management.
• Phishing and security testing.
• CAF/ISO/DSPT Auditing and Assurance evaluations.
• Red Team exercises using OSINT open source intelligence to test defences.
• Laptop build assurance – verifying security configuration and “hardening” tailored to NHS Resolutions own configuration.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £800,000

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 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 tender 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.2.2) Contract performance conditions

As stated in tender documents.


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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

4 years

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

20 December 2024

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

Tender must be valid until: 30 March 2026

four.2.7) Conditions for opening of tenders

Date

20 December 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court (Technology and Construction Court)

Rolls Building, Fetter Lane

London

EC4A 1NL

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals/technology-and-construction-court