Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police Digital Service
08113293
33 Queen Street,
LONDON
EC4R 1AP
UK
Contact person: Krish Khanna
Telephone: +44 7970217549
E-mail: Krish.Khanna@TLTSolicitors.com
NUTS: UK
Internet address(es)
Main address: https://pds.police.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38547&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38547&B=BLUELIGHT
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Cyber Security Penetration Testing Framework
Reference number: PICTCN-126-2021
II.1.2) Main CPV code
72254100
II.1.3) Type of contract
Services
II.1.4) Short description
The Contracting Authority is seeking to procure a multi- supplier framework agreement (with a minimum of 4 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around October 2021.
The framework will be for the delivery of cyber security penetration testing services.
Full details of the specification and requirements are included in the ITT.
The procurement documents will be available to each bidder upon completion of an NDA. Please contact Krish Khanna on Krish.Khanna@tltsolicitors.com to receive a copy of the NDA.
II.1.5) Estimated total value
Value excluding VAT:
1 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72000000
72200000
72220000
72223000
72225000
72246000
72254000
72254100
72610000
72611000
72800000
72810000
72820000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Contracting Authority is seeking to procure a multi- supplier framework agreement (with a minimum of 4 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around October 2021.
The framework will be for the delivery of cyber security penetration testing services.
Full details of the specification and requirements are included in the ITT.
The procurement documents will be made available to each bidder upon completion of an NDA. Please contact Krish Khanna on Krish.Khanna@tltsolicitors.com to receive a copy of the NDA.
The NMC, through the Contracting Authority, currently provides a centralised suite of operational security services to UK Policing. These services include the following:
• Protective Monitoring;
• Incident Management;
• Threat Intelligence;
• Threat Hunting;
• Vulnerability Assessment;
• Malware Analysis; and
• Penetration Testing Co-ordination.
This framework is being established to streamline the procurement of Penetration Testing on behalf of UK Policing. The full scope of the Services to be provided by the Framework Suppliers is detailed in the Statement of Requirements (Appendix 1).
Anticipated spend under the Framework Agreement is not expected to exceed £1,000,000. This figure has been calculated on the assumption that the Framework Agreement runs for its maximum possible term and that a number of Call Off Contracts are awarded by Contracting Bodies. For the avoidance of doubt, the Contracting Authority gives no warranty or representation as to the value of any Call Off Contract, or the number of Call Off Contracts, if any, which may be awarded.
The Contracting Authority intends to award the Framework Agreement based on the most economically advantageous tender (MEAT). The Contracting Authority will not be bound to accept the lowest price or any Tender submitted, but will be evaluating Tenders on the quality and price criteria set forth in the ITT.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
GBP
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:
The initial term of the awarded framework agreement shall be 2 years (24 months), with the possibility of two further renewal periods of 1 year each (12 months).
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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The framework is open to a wide range of policing bodies, law enforcement agencies and other Bluelight Services. Please refer to the ITT and Appendix 4 (Contracting Bodies) for more information.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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.
Envisaged maximum number of participants to the framework agreement: 10
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:
01/09/2021
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
01/09/2021
Local time: 10:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The estimated value of the framework described in this Find a Tender notice is GBP 1 million. This figure has been calculated on the assumption that the framework runs for its maximum possible term (the initial terms of 2 years, plus the further extension periods of 1 year each) and that a number of call-off contracts are awarded by the various parties listed in the ITT. For the avoidance of doubt, the Contracting Authority gives no warranty or representation as to the value of any call-off contract, or the number of call-off contracts, if any, which may be awarded.
VI.4) Procedures for review
VI.4.1) Review body
High Court
7 Rolls Building
London
EC4A 1NL
UK
VI.5) Date of dispatch of this notice
30/07/2021