Published date: 30 July 2021
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
IT services: consulting, software development, Internet and support - 72000000
Software programming and consultancy services - 72200000
Systems and technical consultancy services - 72220000
Information technology requirements review services - 72223000
System quality assurance assessment and review services - 72225000
Systems consultancy services - 72246000
Software testing - 72254000
Systems testing services - 72254100
Computer support services - 72610000
Technical computer support services - 72611000
Computer audit and testing services - 72800000
Computer audit services - 72810000
Computer testing services - 72820000
Location of contract
Any region
Value of contract
£750,000 to £1,000,000
Procurement reference
20210730200040-94392
Published date
30 July 2021
Closing date
1 September 2021
Closing time
10am
Contract start date
12 October 2021
Contract end date
11 October 2023
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
Description
The NMC, through the Contracting Authority, currently provides a centralised suite of operational security services to Contracting Bodies (as described in Appendix 3). 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).
The NMC services are currently provided in association with British Telecommunications plc, who, in relation to the Penetration Testing Co-ordination, will provide initial support (prior to the engagement of the Framework Supplier), post testing review, remediation and mitigation assistance to Contracting Bodies.
Contracting Authorities are required to perform an annual IT Health Check however, may require a higher frequency of Services depending on changes to IT infrastructure or best practice guidance. Given the nature of the Services being procured, Contracting Bodies are expected to enter into multiple Call - Off Contracts and rotate between the selected Framework Suppliers, to ensure that their systems remain robust to the risk of different cyber-attacks.
The Framework Agreement is expected to commence in or around October 2021 for a period of 2 years (24 calendar months). 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 this ITT.
The procurement documents will be made available to each bidder upon completion of an NDA. Please contact Krish Khanna at Krish.Khanna@tltsolicitors.com to receive a copy of the NDA.
More information
Links
About the buyer
Contact name
Krish Khanna
Address
33 Queen Street,
LONDON
EC4R 1AP
ENG
Telephone
+44 7970217549
Share this notice
Closing: 1 September 2021, 10am