Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/e0097266-109d-40b2-af9e-3e78ada758c8
30th July 2021 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}