Financial Services Compensation Scheme has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Security Operation Centre |
Notice type: | Contract Award Notice |
Authority: | Financial Services Compensation Scheme |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | A Managed Security Operation Centre with SIEM capability covering 24 hours, 7 days a week operation monitoring FSCS services to meet the Service Levels provided in the ITT |
Published: | 09/11/2023 23:29 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Financial Services Compensation Scheme
Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
Tel. +44 2073758194, Email: Procurement@fscs.org.uk
Main Address: https://www.fscs.org.uk
NUTS Code: UK
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:
Body governed by public law
I.5) Main activity:
Economic and financial affairs
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Security Operation Centre
Reference number: FSCS442
II.1.2) Main CPV code:
72222300 - Information technology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: A Managed Security Operation Centre with SIEM capability covering 24 hours, 7 days a week operation monitoring FSCS services to meet the Service Levels provided in the ITT
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,209,938
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: i)A Managed Security Operation Centre with SIEM capability covering 24 hours, 7 days a week operation monitoring FSCS services to meet the Service Levels provided in the ITT ii)Ingest logs from FSCS IT services and provide monitoring, detection, and response iii)To consume logs in a range of formats and from multiple sources on premise and in the azure cloud, iv)To apply threat intelligence analysis to the technologies and services that comprise of the FSCS IT estate. v)Hosts and services located in cloud and on-premises environments shall be scanned and vulnerabilities highlighted. vi)To include regular real-time and summary reporting, and dashboards vii)To implement, configure and provide on-boarding support and assistance to FSCS in respect of the Services viii)To provide on-going account management and service management ix)To develop and tune the service to reduce false positives x)To work with FSCS to enhance the Services in line with changes to best practice
II.2.5) Award criteria:
Quality criterion - Name: Log Ingestion / Weighting: 7
Quality criterion - Name: Monitoring / Weighting: 10.5
Quality criterion - Name: Detection / Weighting: 10.5
Quality criterion - Name: Responding / Weighting: 10.5
Quality criterion - Name: Threat Intelligence / Weighting: 7
Quality criterion - Name: Vulnerability Scanning / Weighting: 7
Quality criterion - Name: Account Management / Weighting: 7
Quality criterion - Name: Implementation / Weighting: 10.5
Cost criterion - Name: Price / Weighting: 25
Cost criterion - Name: Liability and Indemnity Cap / Weighting: 3
Cost criterion - Name: Heads of Liability / Weighting: 2
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2023/S 000-003512
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: FSCS442
Lot Number: Not Provided
Title: Security Operation Centre
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/10/2023
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Bridewell Consulting Limited, 011101195
40 Caversham Road, Reading, RG1 7EB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,209,938
Total value of the contract/lot: 2,209,938
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: This is an initial 3 year contract expiring on 15th October 2026. This includes the option to extend twice, each for a period of up-to 24 months. Therefore this is a 3 + 2 + 2
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=822073152
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
The Strand, London, United Kingdom
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: 09/11/2023