Financial Services Compensation Scheme is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Security Operation Centre |
Notice type: | Contract 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: | 03/02/2023 16:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Financial Services Compensation Scheme Limited
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./T7S35VB7FC
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Body governed by public law
I.5) Main activity
Economic and financial affairs
Section II: Object
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.1.5) Estimated total value:
Value excluding VAT: 6,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
48730000 - Security software package.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of 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, including and not limited to: firewalls, Azure DDoS, Azure WAF, Azure load balancer, Azure Application Gateway, Azure NSG, routers, servers, switches, wireless controllers, VMs, virtual and physical appliances, laptops, containers, applications, FSCS web sites – IIS and Azure web apps , email services, Office365, Key Vaults, Backup Vaults, Azure KSMs, Azure Event Hub, Azure log analytics, HSMs, deployment mechanisms, third-party applications, authentication and authorisation services, anti-virus software, endpoint protection software, Microsoft Defender for Cloud and threat intelligence.
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:
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: 6,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: This includes the option to extend twice, each for a period of up-to 24 months. Therefore this is a 3 + 2 + 2
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:
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
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: Yes
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: 10/03/2023 Time: 14:00
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): 6
IV.2.7) Conditions for opening of tenders:
Date: 10/03/2023
Time: 14:00
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 No
Electronic payment will be used No
VI.3) Additional Information: The estimated total contract value is based on all 7 years.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./T7S35VB7FC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T7S35VB7FC
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Court of Justice
The Strand, London, United Kingdom
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: 03/02/2023
Annex A