Tender

Cyber Security Penetration Testing Framework

POLICE DIGITAL SERVICE

This public procurement record has 1 release in its history.

Tender

30 Jul 2021 at 19:00

Summary of the contracting process

The Police Digital Service is initiating a tender for a Cyber Security Penetration Testing Framework, aimed at enhancing operational security services for UK Policing. This procurement process falls under the IT services industry, particularly focusing on consulting and software development. The tender period concludes on 1st September 2021, with the framework expected to commence around 12th October 2021 and last for two years. The anticipated total spend is up to £1,000,000, and the procurement method is an open procedure, where bidders will be evaluated based on the most economically advantageous tender (MEAT).

This tender presents significant growth opportunities for small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) that specialise in cyber security services, particularly penetration testing and IT consultancy. Businesses that can demonstrate high-quality service delivery in areas such as vulnerability assessment and incident management would be well-suited to compete for contracts under this framework. Engaging with this procurement can help firms expand their client base within the public sector and build long-term relationships with contracting bodies requiring ongoing support and services.

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

Cyber Security Penetration Testing Framework

Notice 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 PS1,000,000. 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-75753c1e-4e75-4670-a98e-9ae71f2d7e76
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e0097266-109d-40b2-af9e-3e78ada758c8
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
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

72000000 - IT services: consulting, software development, Internet and support

72200000 - Software programming and consultancy services

72220000 - Systems and technical consultancy services

72223000 - Information technology requirements review services

72225000 - System quality assurance assessment and review services

72246000 - Systems consultancy services

72254000 - Software testing

72254100 - Systems testing services

72610000 - Computer support services

72611000 - Technical computer support services

72800000 - Computer audit and testing services

72810000 - Computer audit services

72820000 - Computer testing services

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jul 20214 years ago
Submission Deadline
1 Sep 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
11 Oct 2021 - 11 Oct 2023 1-2 years
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
POLICE DIGITAL SERVICE
Contact Name
Krish Khanna
Contact Email
krish.khanna@tltsolicitors.com
Contact Phone
+44 7970217549

Buyer Location

Locality
LONDON
Postcode
EC4R 1AP
Post Town
Central 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
City of London
Electoral Ward
Vintry
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-b5fd17-75753c1e-4e75-4670-a98e-9ae71f2d7e76-2021-07-30T20:00:45+01:00",
    "date": "2021-07-30T20:00:45+01:00",
    "ocid": "ocds-b5fd17-75753c1e-4e75-4670-a98e-9ae71f2d7e76",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "20210730200040-94392",
        "title": "Cyber Security Penetration Testing Framework",
        "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 PS1,000,000. 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.",
        "datePublished": "2021-07-30T20:00:45+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "72200000",
                "description": "Software programming and consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "72220000",
                "description": "Systems and technical consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "72223000",
                "description": "Information technology requirements review services"
            },
            {
                "scheme": "CPV",
                "id": "72225000",
                "description": "System quality assurance assessment and review services"
            },
            {
                "scheme": "CPV",
                "id": "72246000",
                "description": "Systems consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "72254000",
                "description": "Software testing"
            },
            {
                "scheme": "CPV",
                "id": "72254100",
                "description": "Systems testing services"
            },
            {
                "scheme": "CPV",
                "id": "72610000",
                "description": "Computer support services"
            },
            {
                "scheme": "CPV",
                "id": "72611000",
                "description": "Technical computer support services"
            },
            {
                "scheme": "CPV",
                "id": "72800000",
                "description": "Computer audit and testing services"
            },
            {
                "scheme": "CPV",
                "id": "72810000",
                "description": "Computer audit services"
            },
            {
                "scheme": "CPV",
                "id": "72820000",
                "description": "Computer testing services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 750000,
            "currency": "GBP"
        },
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-09-01T10:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-10-12T00:00:00+01:00",
            "endDate": "2023-10-11T23:59:59+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/e0097266-109d-40b2-af9e-3e78ada758c8",
                "datePublished": "2021-07-30T20:00:45+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "Link",
                "description": "Additional data",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38547&B=BLUELIGHT"
            },
            {
                "id": "3",
                "documentType": "Link",
                "description": "User / Company",
                "url": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-172385",
            "name": "Police Digital Service",
            "identifier": {
                "legalName": "Police Digital Service"
            },
            "address": {
                "streetAddress": "33 Queen Street,",
                "locality": "LONDON",
                "postalCode": "EC4R 1AP",
                "countryName": "ENG"
            },
            "contactPoint": {
                "name": "Krish Khanna",
                "email": "Krish.Khanna@TLTSolicitors.com",
                "telephone": "+44 7970217549"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-172385",
        "name": "Police Digital Service"
    }
}