Rebecca Cowan has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Integrated IT Security Service |
Notice type: | Contract Notice |
Authority: | Rebecca Cowan |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Leicester City Council is seeking a partner to provide a holistic IT Security framework based upon SIEM and SOC services. The primary goal of the service is to ensure the confidentiality, integrity and availability of Council services. The principle objectives of the service will: 1)Prevent and identify attempts at data exfiltration from selected critical systems delivered via in-house or cloud-based infrastructure. 2)Prevent and identify attempts to maliciously corrupt or encrypt data from selected critical systems delivered via in-house or cloud-based infrastructure. 3)Prevent and detect attempts to disrupt, disable, de-stabilise or reduce availability of our systems and services. 4)Ensure LCC compliance with all relevant frameworks including for example Payment Card Industry Data Security Standard (PCI-DSS), Code of Connection (CoCo) and Public Services Network (PSN). |
Published: | 05/07/2016 12:26 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Leicester City Council
Bosworth House, 9 Princess Road West, Leicester, LE1 6TH, United Kingdom
Email: Rebecca.Cowan@leicester.gov.uk
Contact: Rebecca Cowan
Main Address: www.leicester.gov.uk
NUTS Code: UKF21
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Integrated IT Security Service
Reference Number: 0417RCITS
II.1.2) Main CPV Code:
79700000 - Investigation and security services.
RC05-3 - In information technology
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Leicester City Council is seeking a partner to provide a holistic IT Security framework based upon SIEM and SOC services. The primary goal of the service is to ensure the confidentiality, integrity and availability of Council services. The principle objectives of the service will:
1)Prevent and identify attempts at data exfiltration from selected critical systems delivered via in-house or cloud-based infrastructure.
2)Prevent and identify attempts to maliciously corrupt or encrypt data from selected critical systems delivered via in-house or cloud-based infrastructure.
3)Prevent and detect attempts to disrupt, disable, de-stabilise or reduce availability of our systems and services.
4)Ensure LCC compliance with all relevant frameworks including for example Payment Card Industry Data Security Standard (PCI-DSS), Code of Connection (CoCo) and Public Services Network (PSN).
II.1.5) Estimated total value:
Value excluding VAT: 400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKF21 Leicester
II.2.4) Description of procurement: The Council is approaching the market for a holistic IT Security framework. The Council is initially seeking an IT Security partner with whom we can assess, detect, protect and respond against a variety of prioritised cyber security threats. We also seek to position ourselves such that we are able to routinely demonstrate compliance with all relevant frameworks.
The initial scope of this contract is to identify a supplier who can provide both SIEM and a Security Operations Centre as a service. We require the partner to initially lead the design, build and commissioning of the solution. Thereafter we require a continuous monitoring, detection, advisory and response service with respect to Cyber Security.
The scope of this contract will be to provide the following services initially to critical assets and endpoints. These are identified by the Authority and available upon request.
a)Threat and Risk Identification and Assessment – (Security Information Management)
b)Proactive and Reactive threat Detection (Security Event Management)
c)Protection against risks, threats and malicious activity.
d)Response to identified IT security breaches.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Functional / Weighting: 50
Quality criterion - Name: Techncial / Weighting: 20
Cost criterion - Name: Pricing / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: 3 years, with the option to extend for a further 1 + 1 year(s)
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
As stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 04/08/2016 Time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 04/08/2016
Time: 11:05
Place:
Leicester City Council
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=208917387
VI.4) Procedures for review
VI.4.1) Review body:
Leicester City Council
Bosworth House, 9 Princess Road West, Leicester, LE1 6TH, United Kingdom
Tel. +44 1164541272
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 05/07/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Leicester City Council
Bosworth House, 9 Princess Road West, Leicester, LE1 6TH, United Kingdom
Email: Rebecca.Cowan@leicester.gov.uk
Contact: Rebecca Cowan
Main Address: www.leicester.gov.uk
NUTS Code: UKF21
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Integrated IT Security Service
Reference number: 0417RCITS
II.1.2) Main CPV code:
79700000 - Investigation and security services.
RC05-3 - In information technology
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Leicester City Council is seeking a partner to provide a holistic IT Security framework based upon SIEM and SOC services. The primary goal of the service is to ensure the confidentiality, integrity and availability of Council services. The principle objectives of the service will:
1)Prevent and identify attempts at data exfiltration from selected critical systems delivered via in-house or cloud-based infrastructure.
2)Prevent and identify attempts to maliciously corrupt or encrypt data from selected critical systems delivered via in-house or cloud-based infrastructure.
3)Prevent and detect attempts to disrupt, disable, de-stabilise or reduce availability of our systems and services.
4)Ensure LCC compliance with all relevant frameworks including for example Payment Card Industry Data Security Standard (PCI-DSS), Code of Connection (CoCo) and Public Services Network (PSN).
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKF21 - Leicester
Main site or place of performance:
Leicester
II.2.4) Description of the procurement: The Council is approaching the market for a holistic IT Security framework. The Council is initially seeking an IT Security partner with whom we can assess, detect, protect and respond against a variety of prioritised cyber security threats. We also seek to position ourselves such that we are able to routinely demonstrate compliance with all relevant frameworks.
The initial scope of this contract is to identify a supplier who can provide both SIEM and a Security Operations Centre as a service. We require the partner to initially lead the design, build and commissioning of the solution. Thereafter we require a continuous monitoring, detection, advisory and response service with respect to Cyber Security.
The scope of this contract will be to provide the following services initially to critical assets and endpoints. These are identified by the Authority and available upon request.
II.2.5) Award criteria:
Quality criterion - Name: Functional / Weighting: 50
Quality criterion - Name: Techncial / Weighting: 20
Cost criterion - Name: Pricing / Weighting: 30
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2016/S 131-234943
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2016 - 234943
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=222845099
VI.4) Procedures for review
VI.4.1) Review body
Leicester City Council
Bosworth House, 9 Princess Road West, Leicester, LE1 6TH, United Kingdom
Tel. +44 1164541272
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 13/10/2016