Award

Security Penetration and IT Health Check

WATER SERVICES REGULATION AUTHORITY

This public procurement record has 1 release in its history.

Award

21 Jan 2019 at 16:40

Summary of the contracting process

The WATER SERVICES REGULATION AUTHORITY is seeking to enhance its network security through the procurement of a contract titled "Security Penetration and IT Health Check." This initiative is classified under information technology services and is set in the West Midlands, United Kingdom. The procurement is currently in the Award stage, having been completed on 17 December 2018. The contract period commenced on 4 January 2019 and will run until 3 January 2021, with a total contract value of £39,889.50. The open procurement method was employed, which allows for broader participation.

This tender presents significant growth opportunities for businesses specialising in IT security services, particularly SMEs with expertise in areas such as penetration testing, security policy advice, and cyber risk management. Companies with a proven track record in delivering similar services, including CLAS consultancy and cloud security implementations, will find this procurement particularly appealing, as it requires ongoing support and biannual assessments to maintain compliance with national security standards.

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

Security Penetration and IT Health Check

Notice Description

The objective is to ensure that Ofwat has a secure, robust and managed network infrastructure in place that satisfies the NCSC and their PSN accreditation and Ofwat's Internal Auditors. Scope The areas of expertise or services that we may require are: * CLAS consultants with expertise in accrediting organisations to the PSN; * Penetration testing and system health checks (compliant to security standards and NCSC's CHECK service); * Phishing simulation program; * Computer and server forensics; * Auditing; * Security policy advice and support (and any legal interfaces); * Information risk, the information assurance maturity model (IAMM) and the information risk return to Cabinet Office (that now includes the Security Policy Framework [SPF] return); * HMG Cyber security initiatives; * Network Access Security; * Boundary security and remote working security; * Encryption of information assets at rest; * Mobile device security; * Email encryption and web security; * Website security; * Business continuity; * Cloud security principles and their implementation; * Security strategy and vision; and * Training and education across the areas listed above. For the support service we require an agreement where we can contact the supplier and request help on one or more of the areas above. Some of these services may be required at short notice although the Customer will endeavour to give a minimum two weeks notice of any requirement. We currently have a known requirement for biannual security penetration and IT health checks to be conducted in January and June each year. This is currently a mandatory requirement for our PSN accreditation process. We would require the agreement to include at least the minimum number of days required to conduct two IT Health check and penetration tests each year plus an additional 4 days that may be called on for any of the areas listed above. (A sampling approach is acceptable when considering the penetration testing of its laptop population as all models are the same make and model and have a similar configuration). Additional information: For further information, please contact: procurement@ofwat.gsi.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-a38b0e3e-f9d2-494b-af3e-96236614dd98
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/40d5b5b5-42dc-4ba8-8534-3b2d2353fe33
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72222300 - Information technology services

Notice Value(s)

Tender Value
£39,889 Under £100K
Lots Value
Not specified
Awards Value
£39,889 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
21 Jan 20197 years ago
Submission Deadline
13 Nov 2018Expired
Future Notice Date
Not specified
Award Date
17 Dec 20187 years ago
Contract Period
4 Jan 2019 - 3 Jan 2021 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WATER SERVICES REGULATION AUTHORITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BIRMINGHAM
Postcode
B5 4UA
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
TLG West Midlands (England)

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Supplier Information

Number of Suppliers
1
Supplier Name

SAPPHIRE TECHNOLOGIES

Further Information

Notice Documents

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-a38b0e3e-f9d2-494b-af3e-96236614dd98-2019-01-21T16:40:44Z",
    "date": "2019-01-21T16:40:44Z",
    "ocid": "ocds-b5fd17-a38b0e3e-f9d2-494b-af3e-96236614dd98",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PROC.02.0134",
        "title": "Security Penetration and IT Health Check",
        "description": "The objective is to ensure that Ofwat has a secure, robust and managed network infrastructure in place that satisfies the NCSC and their PSN accreditation and Ofwat's Internal Auditors. Scope The areas of expertise or services that we may require are: * CLAS consultants with expertise in accrediting organisations to the PSN; * Penetration testing and system health checks (compliant to security standards and NCSC's CHECK service); * Phishing simulation program; * Computer and server forensics; * Auditing; * Security policy advice and support (and any legal interfaces); * Information risk, the information assurance maturity model (IAMM) and the information risk return to Cabinet Office (that now includes the Security Policy Framework [SPF] return); * HMG Cyber security initiatives; * Network Access Security; * Boundary security and remote working security; * Encryption of information assets at rest; * Mobile device security; * Email encryption and web security; * Website security; * Business continuity; * Cloud security principles and their implementation; * Security strategy and vision; and * Training and education across the areas listed above. For the support service we require an agreement where we can contact the supplier and request help on one or more of the areas above. Some of these services may be required at short notice although the Customer will endeavour to give a minimum two weeks notice of any requirement. We currently have a known requirement for biannual security penetration and IT health checks to be conducted in January and June each year. This is currently a mandatory requirement for our PSN accreditation process. We would require the agreement to include at least the minimum number of days required to conduct two IT Health check and penetration tests each year plus an additional 4 days that may be called on for any of the areas listed above. (A sampling approach is acceptable when considering the penetration testing of its laptop population as all models are the same make and model and have a similar configuration). Additional information: For further information, please contact: procurement@ofwat.gsi.gov.uk",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 39889.5,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2018-11-13T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-01-04T00:00:00Z",
            "endDate": "2021-01-03T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-6920",
            "name": "WATER SERVICES REGULATION AUTHORITY",
            "identifier": {
                "legalName": "WATER SERVICES REGULATION AUTHORITY"
            },
            "address": {
                "streetAddress": "Centre City Tower, 7 Hill Street",
                "locality": "Birmingham",
                "postalCode": "B5 4UA",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "mailbox@ofwat.gsi.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-03183935",
            "name": "SAPPHIRE TECHNOLOGIES LIMITED",
            "identifier": {
                "legalName": "SAPPHIRE TECHNOLOGIES LIMITED",
                "scheme": "GB-COH",
                "id": "03183935"
            },
            "address": {
                "streetAddress": "North Point Darlington County Durham DL3 0PH GB"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-6920",
        "name": "WATER SERVICES REGULATION AUTHORITY"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-a38b0e3e-f9d2-494b-af3e-96236614dd98-1",
            "status": "active",
            "date": "2018-12-17T00:00:00Z",
            "datePublished": "2019-01-21T16:40:44Z",
            "value": {
                "amount": 39889.5,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-03183935",
                    "name": "SAPPHIRE TECHNOLOGIES LIMITED"
                }
            ],
            "contractPeriod": {
                "startDate": "2019-01-04T00:00:00Z",
                "endDate": "2021-01-03T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/40d5b5b5-42dc-4ba8-8534-3b2d2353fe33",
                    "datePublished": "2019-01-21T16:40:44Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}