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

Cyber Security Penetration Testing Framework

  • First published: 31 July 2021
  • Last modified: 31 July 2021
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Police Digital Service
Authority ID:
AA80627
Publication date:
31 July 2021
Deadline date:
01 September 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
72810000 Computer audit services Computer audit and testing services
72610000 Computer support services Computer support and consultancy services
72820000 Computer testing services Computer audit and testing services
72223000 Information technology requirements review services Systems and technical consultancy services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72254000 Software testing System and support services
72225000 System quality assurance assessment and review services Systems and technical consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
72246000 Systems consultancy services Systems analysis and programming services
72254100 Systems testing services Software testing
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:
Krish.Khanna@TLTSolicitors.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.