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
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