Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: Supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://crowncommercialservice.bravosolution.co.uk/
Address of the buyer profile: https://crowncommercialservice.bravosolution.co.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierregistration.cabinetoffice.gov.uk/dps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierregistration.cabinetoffice.gov.uk/dps
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Cyber Security Services 3
Reference number: RM3764.iii
II.1.2) Main CPV code
72590000
II.1.3) Type of contract
Services
II.1.4) Short description
Crown Commercial Service (CCS) has set up a dynamic purchasing system for a period of 60 months and has invited bidders to request to participate for the Cyber Security Services 3 DPS. This DPS provides central government departments and the wider public sector with the opportunity to procure cyber services from a range of suppliers. The DPS filters are for certification, services, standards and experience. Appointed suppliers will be invited by customers (buyers) to submit tenders for relevant services through a call for competition. This notice is to advise that this DPS has been extended to 14/02/2025 and based on current spend profiling the estimated total value has been increased to £255million.
II.1.5) Estimated total value
Value excluding VAT:
255 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72500000
72590000
72600000
72800000
72810000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The supplier shall have the ability to provide quality assurance and testing for IT systems to central government and wider public sector departments.
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: 24
This contract is subject to renewal: Yes
Description of renewals:
Buyers may enter into a contract with a supplier for a period of their determining which may exceed the RM3764.iii Cyber Services 3 DPS Agreement should this agreement be terminated at any time. The flexibility of the contracting period allows buyers to determine appropriate contracting timelines required to enable the supplier to meet customer needs.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on RM3764.iii – Cyber Services 3 DPS.
The procurement bid pack and registration details can be accessed via the following URL address: https://supplierregistration.cabinetoffice.gov.uk/dps and be selecting the “Technology” link.
Please read the DPS Needs document first for a full overview of the procurement process and read the
instructions carefully.
To register for the RM3764.iii – Cyber Services 3 DPS Agreement please select the “Access as a Supplier” link which can be located at the URL address above.
An example of how to register for the DPS platform can be found at the following youtube generic guide:
https://youtu.be/1gMaIEIqEyY.
Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS.
The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS.
As part of this Contract Notice the bid pack and the following documents can be accessed at the link
provided below:
1) Contract Notice authorised customer list;
2) Rights reserved for CCS DPS Agreement
https://www.contractsfinder.service.gov.uk/Notice/4c8a6f7a-ea75-4463-b05a-a56c140a7582
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.1.5) Information about reserved contracts
The execution of the contract is restricted to the framework of sheltered employment programmes.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
The procurement involves the setting up of a dynamic purchasing system
IV.1.6) Information about electronic auction
An electronic auction will be used
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/02/2023
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
13/02/2023
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: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
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
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
PLEASE NOTE:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.
On 30 June 2021, any certificate issued under the old scheme will expire.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/ccs
VI.5) Date of dispatch of this notice
04/01/2023