Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Specialist Security Practitioners Services Contract.

  • First published: 01 April 2015
  • Last modified: 01 April 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
DFT
Authority ID:
AA24029
Publication date:
01 April 2015
Deadline date:
06 May 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Computer support and consultancy services. Computer-related services. Computer-related professional services. Computer support services. Technical computer support services. Computer network services. Computer audit and testing services. The DfT is seeking to award a contract for the provision of specialist Security Practitioner Services to support its ongoing compliance with the security outcomes of the HMG SPF and other areas of compliance such as PCI DSS and the Public Services Network.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


DFT

Group Procurement Division, Zone D/06 Ashdown House, Sedlescombe Road North

Hastings

TN37 7GA

UK

Tony Moss

+44 2079448422

anthony.moss@dft.gsi.gov.uk

+44 2079448440

www.dft.gov.uk



http://tenders.dft.gov.uk/ppro-04-69-04/index.html
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
transport
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Specialist Security Practitioners Services Contract.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

Main site or location of works, place of delivery or performance



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

3

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

3 500 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Computer support and consultancy services. Computer-related services. Computer-related professional services. Computer support services. Technical computer support services. Computer network services. Computer audit and testing services. The DfT is seeking to award a contract for the provision of specialist Security Practitioner Services to support its ongoing compliance with the security outcomes of the HMG SPF and other areas of compliance such as PCI DSS and the Public Services Network.

II.1.6)

Common Procurement Vocabulary (CPV)

72600000
72500000
72590000
72610000
72611000
72700000
72800000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.3)

Duration of the contract or limit for completion

36

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by the Agent if considered appropriate.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Tenders are to be priced in GBP and payment will only be made in GBP.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The group will be required to nominate a lead partner with whom the Authority can contract, or form themselves into a single legal entity before the contract is awarded.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Please refer to the Invitation to Tender Documents.

III.2.2)

Economic and financial capacity


Please refer to the Invitation to Tender Documents.



Please refer to the Invitation to Tender Documents.


III.2.3)

Technical capacity


Please refer to the Invitation to Tender Documents.



Please refer to the Invitation to Tender Documents.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

PPRO 04/69/04

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 04-05-2015  11:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 06-05-2015  11:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Potential Providers should note that, in accordance with the UK Government's policies on transparency, the DfT intends to publish the Selection and Award Questionnaires, Invitation to Tender (ITT) document and the text of any Contract awarded, subject to possible redactions at the discretion of the DfT. Further information on transparency can be found at:

http://gps.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurement

The DfT expressly reserves the right not to award the Contract as a result of the procurement process commenced by publication of this notice and in no circumstances will the DfT be liable for any costs incurred by the candidates. If the DfT decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to Contract award is accordingly a matter solely for the commercial judgement of potential suppliers.

The duration of the Contract is for an initial 2 years with the option to extend for a further 1 year. Thus the potential duration of the Contract is 3 years.

The Department for Transport (DfT) is the Contracting Authority for the procurement of a contract to provide the DfT Family comprising of: the central Department and its Executive Agencies (i.e. Driver and Vehicle Standards Agency, Driver and Vehicle Licensing Agency, Highways England, Maritime and Coastguard Agency, Vehicle Certification Agency), Transport Bodies (i.e. Air Accident Investigation Branch, Marine Accident Investigation Branch and Rail Accident Investigation Branch), and Non-Departmental Public Bodies (NDPBs) (including but not limited to HS2 Ltd, British Transport Police Authority, Directly Operated Railways Limited, Northern Lighthouse Board, Passenger Focus, Trinity House) and their successor bodies

The value provided in Section II.1.4 is only an estimate and is based on the initial 2 year duration. As a baseline against the current contract, the DfT has made approximately 90 call-offs and approximately 70 % of the call-offs are for values of 20 000 GBP or less

Note: There is no appeal as such to a decision on whether or not to award the Contract but if you wish to make representations to the DfT about the conduct or outcome of the procurement you should email the DfT at the address stated in Section I.1.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=138594551

GO Reference: GO-2015327-PRO-6477578.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


DFT

Group Procurement Division

Hastings

TN37 7GA

UK


+44 2079448422


Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The DfT will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the DfT as soon as possible after the decision has been made as to the reasons.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 27-03-2015

ANNEX B

Information About Lots

1     IT Security and Information Assurance

1)

Short Description

In line with current guidelines and standards and the proposed changes by CESG to Information Assurance (IA) consultancy, suppliers must be able to demonstrate and provide a range of experience and skills which relate to CESG Certified Professional (CCP) or equivalent roles i.e. CLAS.

Suppliers will be required to undertake a broad range of IT Security and IA roles of which the key areas are summarised as follows:

— Conduct risk assessments;

— Provide expert advice for the planning, design, set-up and implementation of information security relating to security architecture, configurations, risk control regimes and others requirements as specified;

— Develop security documentation in line with CESG and government standards (or as otherwise agreed);

— Develop policies, guidance and procedures relating to information security and information assurance;

— Conduct and document compliance reviews/checks of information systems in line with UKG and international best practice, policies and standards and where required, to carry out document reviews.

2)

Common Procurement Vocabulary (CPV)

72500000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     IT Health Checks

1)

Short Description

IT Health Checks identify vulnerabilities in IT systems and networks which may compromise the confidentiality, integrity or availability of information held on that IT system.

The CHECK scheme enables penetration testing by CESG approved companies, employing penetration testing personnel qualified to assess HMG and other public sector bodies.

Suppliers must be able to demonstrate and provide a range of experience relating to IT Health Checks including, where appropriate, retain a valid and active registration on the CESG CHECK scheme or be CREST or TIGER accredited from qualified PCI security assessors.

Suppliers will be required to carry out and report on:

— IT security health checks of DfT IT systems;

— Penetration tests of IT systems and services;

— Compliance checks for ISO27000 standards (2005 and 2013) and similar standards such as the CESG IAS1&2 Baseline Control Set; and

— Scanning and compliance checks for PCI-DSS.

For all of the above and where relevant and agreed with the DfT lead, suppliers must be capable of producing reports that include: an impact assessment statement, a summary of the approach taken together with working assumptions, a set of findings, conclusions and recommendations and where relevant, a list of the key risks and issues including any costs relating to rectification.

2)

Common Procurement Vocabulary (CPV)

72500000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Forensics

1)

Short Description

Suppliers must, at short notice, be capable of conducting internal security investigations to support legal compliance.

Suppliers must be able to demonstrate experience and expertise in the following areas of activity:

— Assessment and advice on the best approaches for preserving data or managing active incidents;

— Isolation and analysis of active IT systems;

— Analysis of disc drives, tapes and solid state memory devices for information that may have been deleted or overwritten;

— Analysis of Trusted Platform Module (TPM) and other hardware alerts;

— Analysis of log files and audit trails and other software indicators to associate actions, times, devices and person-related authentication credentials or tokens;

— Analysis of PCI-DSS transactions and related activity; and

— Physical forensics of equipment, work spaces etc.

2)

Common Procurement Vocabulary (CPV)

72500000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Physical Security and Business Continuity

1)

Short Description

The DfT will issue a specification setting out the objectives, scope and expected deliverables for each individual Physical Security and Business Continuity requirement.

Due to the broad and varying nature of the requirements, suppliers should have demonstrable experience and qualifications, where required, to perform the following range of activities:

— Business Continuity

To review, amend, design, test and implement existing/new strategies and plans, governance structures including roles and responsibilities, processes, procedures and systems;

— Incident Management

To review, amend, design, test and implement existing/new strategies and plans, governance structures including roles and responsibilities, processes, procedures and systems – relating to both IT and Non-IT systems as required;

— Physical Security

To carry out physical risk assessments and audits in line with HMG policy and develop, where appropriate, remediation plans and new processes and procedures;

To develop policy and guidance relating to the storage of sensitive assets and their environments; and

To assess operational requirements and provide guidance in order to reduce the threat of risk and harm to DfT staff, information and assets.

2)

Common Procurement Vocabulary (CPV)

72500000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
72700000 Computer network services IT services: consulting, software development, Internet and support
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
72610000 Computer support services Computer support and consultancy services
72590000 Computer-related professional services Computer-related services
72500000 Computer-related services IT services: consulting, software development, Internet and support
72611000 Technical computer support services Computer support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
anthony.moss@dft.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.