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

Hybrid Security Operations Centre (HSOC)

  • First published: 03 February 2022
  • Last modified: 03 February 2022

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:
Dwr Cymru Cyfyngedig
Authority ID:
AA1175
Publication date:
03 February 2022
Deadline date:
08 March 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

DCC is seeking to establish a Hybrid Security Operations Centre with leverages the combined strength of DCC’s lean internal team and that of the successful Supplier.

DCC is seeking to procure 24/7/365 security monitoring and investigation capabilities, which will be core to DCC’s hybrid strategy.

The successful Supplier will be expected to work with DCC’s internal security analysts to detect, investigate and respond to security threats. The successful Supplier must have the capability to integrate with DCC’s existing SIEM and XDR technology stack to enrich and enhance DCC’s cyber defence capabilities in both IT and OT environments.

The successful Supplier should be threat-led at its core and provide suitably flexibility to evolve in line with DCC’s IT environment and business needs.

The successful Supplier must have the capability to offer a range of ‘value-add’ training and development services to support the continued maturity of DCC’s internal team which may include as a minimum purple team or tabletop exercises, analyst workshops, and/or access to cyber ranges.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Dwr Cymru Cyfyngedig

Fortran Road, St Mellons

Cardiff

CF3 0LT

UK

Telephone: +44 2920740450

E-mail: viorica.swift@dwrcymru.com

NUTS: UKL

Internet address(es)

Main address: www.dwrcymru.com

I.3) Communication

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

https://dwrcymru-welshwater.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://dwrcymru-welshwater.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Hybrid Security Operations Centre (HSOC)

Reference number: DCWW.1479

II.1.2) Main CPV code

72611000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Hybrid Security Operations Centre (HSOC)

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: LOT 1

II.2.1) Title

Augmented Security Monitoring and Response Services

II.2.2) Additional CPV code(s)

72611000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DCC is seeking to establish a Hybrid Security Operations Centre with leverages the combined strength of DCC’s lean internal team and that of the successful Supplier.

DCC is seeking to procure 24/7/365 security monitoring and investigation capabilities, which will be core to DCC’s hybrid strategy.

The successful Supplier will be expected to work with DCC’s internal security analysts to detect, investigate and respond to security threats. The successful Supplier must have the capability to integrate with DCC’s existing SIEM and XDR technology stack to enrich and enhance DCC’s cyber defence capabilities in both IT and OT environments.

The successful Supplier should be threat-led at its core and provide suitably flexibility to evolve in line with DCC’s IT environment and business needs.

The successful Supplier must have the capability to offer a range of ‘value-add’ training and development services to support the continued maturity of DCC’s internal team which may include as a minimum purple team or tabletop exercises, analyst workshops, and/or access to cyber ranges.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Contract may be extended by up to two years at DCC's option

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Contract may be extended by up to two years at DCC's option

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: LOT 2

II.2.1) Title

Threat Intelligence Services

II.2.2) Additional CPV code(s)

72611000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

DCC seeking to procure services from a successful Supplier who will support a variety of use cases including; adversarial intelligence, tailored monthly strategic threat reports, attack surface monitoring, dark web monitoring, data exposure monitoring, brand and domain monitoring, and vulnerability intelligence. The successful Supplier will deliver these Services via a threat intelligence portal/platform and augmented by human analysis. This LOT 2 will also include ‘analyst-on-demand’ services.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Contract may be extended for up to a further two years at DCC's option.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Contract may be extended for up to a further two years at DCC's option

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/03/2022

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 30/03/2022

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Participation instructions — how to express interest in this opportunity.

1) Register your organisation on the DCC eSourcing Portal (this is only required once so please check whether there is an existing account registered for your organisation — multiple users can be added as required);

2) Express an interest in the opportunity:

— log in to the portal with your username and password,

— click the 'PQQs/ ITTs Open to all Suppliers' link,

— click on the relevant PQQ/ ITT to access the content,

— click the 'Express Interest' button at the top of the page — this will move the PQQ/ ITT into your 'My PQQs/ITTs' page (this is a secure area reserved for your projects only),

— you can now access any attachments by clicking 'Attachments' in the 'PQQ/ ITT details' box.

3) Responding to the Opportunity

— click 'My Response' under 'PQQ/ ITT details'. You can choose to 'Create response' or 'Decline to Respond',

— you can now use the messaging function to communicate with the buyer and seek any clarification,

— note the deadline for completion and follow the onscreen instructions to complete your response — there may be a mixture of online and offline actions for you to perform,

— you must then submit your reply using the 'Submit Response' button at the top of the page. Please Note the following

— you must download the documents yourself after you have expressed interest, they will not be sent to you,

— expressions of Interest will ONLY be accepted through the eSourcing Portal

— all documentation must be returned electronically via the eSourcing Portal,

— if you require any further assistance please consult the online help, or contact the eSourcing helpdesk using the contract information provided on the home page.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

City of Westminster

UK

VI.5) Date of dispatch of this notice

02/02/2022

Coding

Commodity categories

ID Title Parent category
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:
viorica.swift@dwrcymru.com
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.