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.

02 Contract Notice

NPS - Information Assurance Services Framework

  • First published: 07 May 2016
  • Last modified: 18 May 2016

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:
ocds-kuma6s-040493
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
07 May 2016
Deadline date:
17 May 2016
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The National Procurement Service (NPS) wishes to establish a Framework Agreement (Agreement) for the supply of Information Assurance Services. The NPS will deliver ‘All-Wales’ agreements for NPS Members and the Welsh public sector. The list of NPS Members can be found at: http://npswales.gov.uk. This list may be subject to change as members signup to use the NPS, or member orgs are replaced during the life of the agreement. A full list of Organisations that can utilise this Framework is detailed in Section VI.3 and within the ITT. Under the terms of this contract the successful suppliers will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. Community Benefits will be included as Non-Core and not scored as part of the tender process. Full details are provided in the ITT. CPV: 72000000, 72130000, 72150000, 72221000, 72222000, 72222100, 72222200, 72222300, 72223000, 72224200, 72225000, 72315000, 72220000, 72810000, 72820000, 72000000, 72130000, 72150000, 72221000, 72222000, 72222100, 72222200, 72222300, 72223000, 72224200, 72225000, 72220000, 72810000, 72820000, 72000000, 72130000, 72150000, 72220000, 72221000, 72222000, 72222200, 72222100, 72222300, 72223000, 72224200, 72225000, 72810000, 72820000, 72000000, 72130000, 72150000, 72221000, 72222000, 72222200, 72222300, 72223000, 72224200, 72225000, 72222100, 72220000, 72810000, 72820000, 72000000, 72130000, 72150000, 72221000, 72222000, 72222100, 72222200, 72222300, 72223000, 72224200, 72225000, 72200000, 72810000, 72820000, 72000000, 72130000, 72150000, 72220000, 72221000, 72222000, 72222100, 72222200, 72222300, 72224200, 72225000, 72223000, 72810000, 72820000, 72000000, 72130000, 72150000, 72220000, 72221000, 72222000, 72222100, 72222200, 72222300, 72223000, 72224200, 72225000, 72810000, 72820000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

National Procurement Service (Welsh Government)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Contact person: ICT Category Team

E-mail: npsictcategoryteam@wales.gsi.gov.uk

NUTS: UKL

Internet address(es)

Main address: http://npswales.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA27760

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:

http://www.etenderwales.bravosolution.co.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://www.etenderwales.bravosolution.co.uk/


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

http://www.etenderwales.bravosolution.co.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Central Purchasing Body

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NPS - Information Assurance Services Framework

Reference number: NPS–ICT–0052–16

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The National Procurement Service (NPS) wishes to establish a Framework Agreement (Agreement) for the supply of Information Assurance Services.

The NPS will deliver ‘All-Wales’ agreements for NPS Members and the Welsh public sector. The list of NPS Members can be found at: http://npswales.gov.uk. This list may be subject to change as members signup to use the NPS, or member orgs are replaced during the life of the agreement.

A full list of Organisations that can utilise this Framework is detailed in Section VI.3 and within the ITT.

Under the terms of this contract the successful suppliers will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations.

Community Benefits will be included as Non-Core and not scored as part of the tender process. Full details are provided in the ITT.

II.1.5) Estimated total value

Value excluding VAT: 12 000 000.00  GBP

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: 1

II.2.1) Title

Lot 1: CESG CHECK accredited IT Health Checks

II.2.2) Additional CPV code(s)

72130000

72150000

72221000

72222000

72222100

72222200

72222300

72223000

72224200

72225000

72315000

72220000

72810000

72820000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The Supplier must have capability to assess a range of Customers systems and services including;

Network Penetration Test, Network Vulnerability Assessment, Web Application Security Assessment,

Mobile Device Security Assessment, Wireless Security Assessment, Remote Working Assessment.

The Supplier must be identified by CESG as an Accredited Supplier of CHECK services.

Further details can be found in the tender documentation.

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: 2 250 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years.

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

A Maximum of 6 Suppliers will be awarded to this Lot.

Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.

Lot No: 2

II.2.1) Title

Lot 2: TIGER Certified Professional Scheme IT Health Checks

II.2.2) Additional CPV code(s)

72000000

72130000

72150000

72221000

72222000

72222100

72222200

72222300

72223000

72224200

72225000

72220000

72810000

72820000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The Supplier must have capability to assess a range of Customers systems and services including:

Network Penetration Test, Network Vulnerability Assessment, Web Application Security Assessment,

Mobile Device Security Assessment, Wireless Security Assessment, Remote Working Assessment.

The Supplier must be identified as an Approved and Certified TIGER Supplier.

Further details can be found in the tender documentation.

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: 1 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years.

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

A Maximum of 5 Suppliers will be awarded to this Lot.

Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.

Lot No: 3

II.2.1) Title

Lot 3: CREST Certified Professional Scheme IT Health Checks

II.2.2) Additional CPV code(s)

72000000

72130000

72150000

72220000

72221000

72222000

72222200

72222100

72222300

72223000

72224200

72225000

72810000

72820000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The Supplier must have capability to assess a range of Customers systems and services including:

Network Penetration Test, Network Vulnerability Assessment, Web Application Security Assessment,

Mobile Device Security Assessment, Wireless Security Assessment, Remote Working Assessment.

The Supplier must be identified as an Approved and Certified CREST Supplier.

Further details can be found in the tender documentation.

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: 1 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years.

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

A Maximum of 5 Suppliers will be awarded to this Lot.

Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.

Lot No: 4

II.2.1) Title

Lot 4: CESG Certified Professional Scheme Security Assurance (other than Penetration testing)

II.2.2) Additional CPV code(s)

72000000

72130000

72150000

72221000

72222000

72222200

72222300

72223000

72224200

72225000

72222100

72220000

72810000

72820000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The objective of this Lot is to provide Customers with access to CESG Certified professional Scheme Information Assurance (IA) professionals to provide guidance that is consistent with the latest CESG protocols.

The criticality of the security advice is dependent on the expertise and knowledge of the Supplier’s staff is such that;

- the company and nominated individuals must be listed by a CESG accreditation body.

- at least one member of the Company's staff must demonstrate that they meet the criteria to be assessed as a Senior/Lead Practitioner in the required discipline.

- all other non-assessed members of the team will be required to be associate CESG members.

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: 2 250 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

1.1.4 The Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years.

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

A Maximum of 6 Suppliers will be awarded to this Lot.

Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.

Lot No: 5

II.2.1) Title

Lot 5: Payment Card Industry Approved Scanning Vendors

II.2.2) Additional CPV code(s)

72000000

72130000

72150000

72221000

72222000

72222100

72222200

72222300

72223000

72224200

72225000

72200000

72810000

72820000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The Supplier must have capability to validate adherence to Data Security Standards by performing vulnerability scans of the external facing environments of customers’ networks.

The Supplier must be identified as an Approved Scanning Vendor (ASV) by the Payment Card Industry Security Standards Council.

The test team must have sufficient experience to undertake the Service and comprise the necessary mix of expertise for the component technologies of the Customer systems.

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: 1 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years.

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

A Maximum of 3 Suppliers will be awarded to this Lot.

Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.

Lot No: 6

II.2.1) Title

Lot 6: Payment Card Industry Security Standards Council accredited - Qualified Security Assessor

II.2.2) Additional CPV code(s)

72000000

72130000

72150000

72220000

72221000

72222000

72222100

72222200

72222300

72224200

72225000

72223000

72810000

72820000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The objective of the Qualified Security Assessor (QSA) LOT is to provide Customer with access to Payment Card Industry Security Standards Council accredited professionals to provide guidance and validate an organisation’s adherence to the Payment Card Industry Data Security Standards (PCI DSS).

Security Assessors must have current certification issued by PCI Security Standards Council and be employees of a Qualified Security Assessor (QSA) company qualified by PCI Security Standards Council.

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: 1 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years.

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

A Maximum of 6 Suppliers will be awarded to this Lot.

Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.

Lot No: 7

II.2.1) Title

Lot 7: Cyber Essentials

II.2.2) Additional CPV code(s)

72000000

72130000

72150000

72220000

72221000

72222000

72222100

72222200

72222300

72223000

72224200

72225000

72810000

72820000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The objective of the LOT is to provide Customers with access to Cyber Essential certifiers to provide guidance and validate an organisation’s adherence to Cyber Essentials and Cyber Essentials Plus requirements.

Assessors must have current certification issued by a CESG approved Accreditation Body.

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: 1 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Agreement will be for a maximum period of up to 4 years, comprising of an initial period of 2 years (the Initial Term) with the option to extend for further periods up to maximum of 2 years.

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

A Maximum of 6 Suppliers will be awarded to this Lot.

Customers are able to vary the award weightings at the call-off stage. Please refer to the ITT for details.

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:

Lot specific suitability requirements are set within the tender documentation.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As set out in the Tender Documentation.

The awarding authority reserves the right to request parent company and/or other guarantees of performance and financial liability.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Details will be listed in the invitation to tender documentation.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Refer to tender documentation.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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: 37

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2014/S 167-297928

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

Date: 08/06/2016

Local time: 14:00

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

EN

CY

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

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/06/2016

Local time: 14:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Agreement will be open for use by the following Orgs within Wales:

-Welsh Ministers, their agencies, sponsored and statutory bodies and other contracting authorities funded by them, whether or not they operate independently of Welsh Ministers

-The Welsh Assembly Commission

-Any company, limited liability partnership or other corporate entity wholly or partly owned by or controlled (directly or indirectly) by Welsh Government

-UK Government, their agencies, companies and limited liability partnerships or other corporate entities, wholly or partly owned by or controlled by departments of the UK Government and which operate in Wales

-Non-ministerial governmental departments which operate devolved offices in Wales

-Local Authorities in Wales their agencies, companies and limited liability partnerships or other corporate entities wholly or partly owned by or controlled by and any county and county borough, city, community or other council or local authority in Wales

-Contracting authorities established for the provision of culture, media and sport in Wales

-NHS Health Boards in Wales, NHS Trusts in Wales, Special Health Authorities in Wales, Community Health Councils in Wales, the NHS Wales Shared Services Partnership and Board of Community Health Councils and any other contracting authorities operating within or on behalf of the NHS in Wales

-Higher and further education bodies in Wales, including colleges, community colleges and universities, WEA Cymru and Colleges Wales

-Police and crime commissioners and police forces in Wales; national park, and fire and rescue authorities in Wales

-Wales Council for Voluntary Action and those associated charities and voluntary organisations

-Citizen Advice Bureaux in Wales

-Registered social landlords on the register maintained by Welsh Government

-Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)

-HM Inspectorate of Schools in Wales (Estyn)

-One Voice Wales (Town & Community Councils) and town & community councils in Wales

-Tribunals administered by Her Majesty’s Courts and Tribunals Service acting as the Executive Agency of the Ministry of Justice (and which operate in Wales)

-Tribunals listed under the Administrative Justice and Tribunals Council (Listed Tribunals) (Wales) Order 2007 and any other tribunals that deal with devolved subject matter or are sponsored by the Welsh Assembly Government or Welsh Local Authorities

-Where applicable, the above shall include subsidiaries of the contracting authority at any level.

In the event of merger, abolition or change of any of the contracting authorities listed or referred to above, the successors to those authorities or to their functions will also be able to enter into specific contracts under this framework.

ITT documentation can be accessed via: https://etenderwales.bravosolution.co.uk

Etender references:

Project_32718 - NPS - Information Assurance Services.

itt_53078 - Community Benefits Submissions

itt_52911 - Qualification Questionnaire

itt_52914 - Generic Questions

itt_52915 Lot 1,itt_52917 Lot 2,itt_52918 Lot 3,itt_52919 Lot 4,itt_52920 Lot 5,itt_52921 Lot 6,itt_54114 Lot 7.

If you are seeking help on using the etenderwales system please email help@bravosolution.co.uk or call 08003684852.

If you require documentation in an alternative format, please use the ‘Messages’ area to contact NPS, who will be able to provide a more suitable format.

The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.

(WA Ref:40493)

VI.4) Procedures for review

VI.4.1) Review body

National Procurement Service (Welsh Government)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Telephone: +44 3007900170

Internet address(es)

URL: http://npswales.gov.uk

VI.5) Date of dispatch of this notice

05/05/2016

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
72150000 Computer audit consultancy and hardware consultancy services Hardware consultancy services
72810000 Computer audit services Computer audit and testing services
72820000 Computer testing services Computer audit and testing services
72130000 Computer-site planning consultancy services Hardware consultancy services
72315000 Data network management and support services Data-processing services
72222200 Information systems or technology planning services Information systems or technology strategic review and planning services
72222000 Information systems or technology strategic review and planning services Systems and technical consultancy services
72222100 Information systems or technology strategic review services Information systems or technology strategic review and planning services
72223000 Information technology requirements review services Systems and technical consultancy services
72222300 Information technology services Information systems or technology strategic review and planning 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
72225000 System quality assurance assessment and review services Systems and technical consultancy services
72224200 System quality assurance planning services Project management consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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.

Document family

Notice details
Publication date:
07 May 2016
Deadline date:
17 May 2016 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
20 May 2016
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
npsictcategoryteam@wales.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
18/05/2016 12:23
Notice Cancelled
This notice has been cancelled. The original deadline date of 08/06/2016 is no longer applicable.

Replaced by a new OJEU Notice

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.