Tender

SBRI Quantifying Insider Risk based on Public Information (Phase 1)

CABINET OFFICE

This public procurement record has 1 release in its history.

Tender

03 Feb 2021 at 15:53

Summary of the contracting process

The Cabinet Office is currently conducting a tender titled "SBRI Quantifying Insider Risk based on Public Information (Phase 1)", focused on enhancing national security vetting. This process falls under the services category, specifically in security software development. It is set in the United Kingdom, with the tender period ending on 17th February 2021 and the contract period commencing on 8th March 2021 and concluding on 3rd May 2021. An estimated budget of up to £250,000, including VAT, is allocated for this phase of the competition, which aims to assess mechanisms for evaluating insider risk using public data sources through an open procurement method.

This tender presents a unique opportunity for businesses, especially small firms, and those owned by women or ethnic minorities, to collaborate with the government on advancing security measures. Companies with expertise in data analysis, public information utilisation, and software development would be well-positioned to compete for this contract. Successful competitors may also have the chance to progress to a second phase of the project, involving substantial research and development contracts aimed at creating prototypes for real-world application.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SBRI Quantifying Insider Risk based on Public Information (Phase 1)

Notice Description

Problem Statement The Government Chief Security Officer Dominic Fortescue launched the Vetting Transformation Programme in October 2020. National security vetting, though comprehensive, needs to become more agile, flexible and consistent to mitigate insider risk effectively for staff in especially sensitive roles that require security clearance. "Insider risk" is defined as someone who knowingly or unknowingly misuses legitimate access to sensitive information, equipment or locations to commit a malicious act or damage the reputation of their employer. We are looking to learn how we can better use public information to quantify potential insider risk for existing and prospective employees as part of national security vetting. We would like to assess the extent to which enhanced open source online content provides relevant, unique, legally compliant and potentially actionable information for people risk management purposes. We will do this by prototyping systems that collect, analyse and present this data to users and/or to application programming interfaces (APIs). We would like your feasibility study to demonstrate some or all of the following: Your access to public data sources; Your ability to resolve public digital identities of subjects across platforms; Options for a combination of usable user interfaces and APIs to be directly consumed by a case management system; Options for role-based access control and integration with Single Sign On (SSO); The ability to filter personal information related to protected characteristics such as sexual orientation, gender identity or demographics; The explainability of machine-based determinations of risk; Processes for applying human judgement in assessing and evaluating machine-scored risks; The potential of your solution to support rapid workflows at scale. Key User Need Based on the public information found about an applicant or employee, the user needs to decide which categories of risk to apply to their assessment, guided by machine-scored risks and summarised public information. These risk categories include unintentional or non-malicious risk. For example, open sources might indicate that an employee may be experiencing alcohol, drug or other serious life stressors that could potentially affect their workplace reliability and wellbeing. Our users need to be legally compliant and acting in accordance with public policy as they make these determinations. Who is Eligible Applicants must be legal entities with strong ties to the UK. The contract that will be signed is a non-negotiable pre-market procurement instrument used in other SBRI competitions. Small businesses and woman- and ethnic minority-owned businesses are particularly encouraged to apply. Additional information: Other Information: Contract Structure The overall programme will be delivered over two phases; this contract is for the first phase. Up to PS250,000 (including VAT) is allocated to phase one of the competition, with potentially a number of simultaneous technical feasibility study contracts awarded of up to PS50,000k (including VAT) per project for up to 8 weeks. Phase two will award research and development contracts to Phase one project partners to develop prototypes and undertake field-testing. We target awarding up to two phase two contracts of up to PS150,000 each (including VAT) for up to 12 months of research, development and prototyping. Phase one will focus on the assessment of the individual mechanisms (e.g. identity resolution) that make up the total capability. Suppliers may wish to use synthetic, random or anonymised data to present their results. In phase two we will provide personally identifiable information (PII) from a subset of our population to the two successful vendors in order to assess the validity and reliability of their overall capability. The contract will terminate at the end of Phase two, and the chosen business will be expected to pursue commercialisation of their solution. Suppliers will retain intellectual property developed during the contract, but foreground and necessary background IP to exploit the solution must be available to license on equitable, non-royalty terms by the government.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-534de89f-3b99-4f66-98f4-96cfcc42bca8
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/202b2315-217a-4317-a810-6d1becf4f0da
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72212730 - Security software development services

Notice Value(s)

Tender Value
£250,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Feb 20215 years ago
Submission Deadline
17 Feb 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
8 Mar 2021 - 3 May 2021 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CABINET OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AS
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-534de89f-3b99-4f66-98f4-96cfcc42bca8-2021-02-03T15:53:16Z",
    "date": "2021-02-03T15:53:16Z",
    "ocid": "ocds-b5fd17-534de89f-3b99-4f66-98f4-96cfcc42bca8",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PR0001",
        "title": "SBRI Quantifying Insider Risk based on Public Information (Phase 1)",
        "description": "Problem Statement The Government Chief Security Officer Dominic Fortescue launched the Vetting Transformation Programme in October 2020. National security vetting, though comprehensive, needs to become more agile, flexible and consistent to mitigate insider risk effectively for staff in especially sensitive roles that require security clearance. \"Insider risk\" is defined as someone who knowingly or unknowingly misuses legitimate access to sensitive information, equipment or locations to commit a malicious act or damage the reputation of their employer. We are looking to learn how we can better use public information to quantify potential insider risk for existing and prospective employees as part of national security vetting. We would like to assess the extent to which enhanced open source online content provides relevant, unique, legally compliant and potentially actionable information for people risk management purposes. We will do this by prototyping systems that collect, analyse and present this data to users and/or to application programming interfaces (APIs). We would like your feasibility study to demonstrate some or all of the following: Your access to public data sources; Your ability to resolve public digital identities of subjects across platforms; Options for a combination of usable user interfaces and APIs to be directly consumed by a case management system; Options for role-based access control and integration with Single Sign On (SSO); The ability to filter personal information related to protected characteristics such as sexual orientation, gender identity or demographics; The explainability of machine-based determinations of risk; Processes for applying human judgement in assessing and evaluating machine-scored risks; The potential of your solution to support rapid workflows at scale. Key User Need Based on the public information found about an applicant or employee, the user needs to decide which categories of risk to apply to their assessment, guided by machine-scored risks and summarised public information. These risk categories include unintentional or non-malicious risk. For example, open sources might indicate that an employee may be experiencing alcohol, drug or other serious life stressors that could potentially affect their workplace reliability and wellbeing. Our users need to be legally compliant and acting in accordance with public policy as they make these determinations. Who is Eligible Applicants must be legal entities with strong ties to the UK. The contract that will be signed is a non-negotiable pre-market procurement instrument used in other SBRI competitions. Small businesses and woman- and ethnic minority-owned businesses are particularly encouraged to apply. Additional information: Other Information: Contract Structure The overall programme will be delivered over two phases; this contract is for the first phase. Up to PS250,000 (including VAT) is allocated to phase one of the competition, with potentially a number of simultaneous technical feasibility study contracts awarded of up to PS50,000k (including VAT) per project for up to 8 weeks. Phase two will award research and development contracts to Phase one project partners to develop prototypes and undertake field-testing. We target awarding up to two phase two contracts of up to PS150,000 each (including VAT) for up to 12 months of research, development and prototyping. Phase one will focus on the assessment of the individual mechanisms (e.g. identity resolution) that make up the total capability. Suppliers may wish to use synthetic, random or anonymised data to present their results. In phase two we will provide personally identifiable information (PII) from a subset of our population to the two successful vendors in order to assess the validity and reliability of their overall capability. The contract will terminate at the end of Phase two, and the chosen business will be expected to pursue commercialisation of their solution. Suppliers will retain intellectual property developed during the contract, but foreground and necessary background IP to exploit the solution must be available to license on equitable, non-royalty terms by the government.",
        "datePublished": "2021-02-03T15:53:16Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72212730",
            "description": "Security software development services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 50000,
            "currency": "GBP"
        },
        "value": {
            "amount": 250000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2021-02-17T17:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2021-03-08T00:00:00Z",
            "endDate": "2021-05-03T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/202b2315-217a-4317-a810-6d1becf4f0da",
                "datePublished": "2021-02-03T15:53:16Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/047df6a1-094e-49a7-9942-458b98a9831e",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f211a199-306c-4f2d-ad4c-e295d65b2133",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/ba0f487f-2387-47a5-899d-8e64f93fbba7",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b2dee3e8-4ad7-4262-8a61-8f38da4b3e16",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "6",
                "documentType": "tenderNotice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d7c1c832-4a8d-4af9-bea4-bc3b854d64b2",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "7",
                "documentType": "tenderNotice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/28116fc0-71bf-4895-8cfe-01657c893658",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "8",
                "documentType": "tenderNotice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/eb2e60ad-28ed-4b2e-bb57-3bf8ff0a8cbb",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "9",
                "documentType": "tenderNotice",
                "description": "Vetting transformation overview:",
                "url": "https://www.gov.uk/government/news/we-are-transforming-vetting"
            },
            {
                "id": "10",
                "documentType": "tenderNotice",
                "description": "What is vetting:",
                "url": "https://www.gov.uk/government/publications/vetting-explained-and-our-vetting-charter/vetting-explained"
            },
            {
                "id": "11",
                "documentType": "tenderNotice",
                "description": "Vetting Charter:",
                "url": "https://www.gov.uk/government/publications/vetting-explained-and-our-vetting-charter/the-vetting-charter"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/3A4AmUm4",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/3A4AmUm4"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "LONDON",
                "postalCode": "SW1A2AS",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "vrpmo@cabinetoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/3A4AmUm4",
        "name": "Cabinet Office"
    }
}