Notice Information
Notice Title
Small Business Research Initiative (SBRI) : Reducing Public Sector Risk through Culture Change (Phase One)
Notice Description
Security is seen as complicated or confusing by many people, or even as a blocker or impediment to working. Security is rarely promoted as an enabler or core business outside the security practitioner community. The public sector needs to better enable our people to reduce and manage risk, where 'our people' are defined as users (anyone who uses government official IT) and practitioners (those responsible for managing and delivering security in an organisation), and where 'risk' is defined as "the harm arising from potential loss, damage or compromise of government assets." We know that organisational cultures can be a powerful influence on how people act in the workplace, where 'culture' is defined as "shared values (what is important) and beliefs (how things work) that interact with an organisation's structures and control systems to produce behavioural norms (the way we do things around here)." We want to validate or disprove the following hypotheses: A) Promoting appropriate culture(s) is an effective lever in reducing and managing risk; B) Human Factors -including organisational climate and culture- play a critical role in our cross government risk posture today; C) It is feasible to develop a holistic methodology or capability that can assess and monitor the health of the Human Factors landscape - including organisational climate and culture - across a public sector organisation in near real time; D) It is feasible to develop a single methodology or capability to assess and monitor the health of the Human Factors landscape - including organisational climate and culture - across government in near real time; E) Although several aspects of culture are interrelated, it adds value to target 'cyber culture' separately from 'organisational culture' or 'security culture' (where "security culture" is defined as 'The set of values, beliefs and assumptions, shared by everyone in an organisation, which determine how people are expected to think about and approach physical, personnel, technical and cyber security'); F) Leadership (senior leaders as well as local line managers) attitudes and behaviours are the single greatest factor which drive an organisation's risk posture, and therefore represents the greatest value for risk interventions; G) Risk interventions applicable to government departments are also applicable to other public sector organisations such as local authorities, education and healthcare arm lengths bodies; H) Appropriate security cultures require the organisation to improve people's capability and opportunity to work securely, as well as their attitudes and motivation. I) Interventions which reduce high risk behaviours (e.g. reduced IT security violations) can be measured in near real-time, quantitatively and qualitatively. Additional information: Over 12 weeks, Phase One invites potentially multiple suppliers to: 1) validate or disprove as many of our nine hypotheses as possible and; 2) develop, prototype and test systematic interventions or groups of interventions to reduce risk, and; 3) propose implementation measures and outcome measures of the effectiveness for these intervention(s). User Need Our users need to be able to: A) implement your intervention(s) quickly, cheaply and easily; B) measure the effectiveness of your intervention(s) on reducing risk in near real time; C) integrate your intervention(s) seamlessly with existing business processes and initiatives; D) monitor the impact of your intervention(s) on risk across diverse public sector organisations. Other Information: Contract Structure The overall programme will be delivered over two phases; this contract is for the first phase (Phase One). Up to PS400,000 (including VAT) is allocated to Phase One of the competition, with potentially a number of simultaneous technical feasibility study contracts awarded of up to PS60,000k (including VAT) per project for up to 12 weeks. Phase Two will award research and development contracts to Phase One project partners to deliver a "private beta" or field testing of the prototype developed in Phase One with a small group of controlled users. The intended outcome of Phase Two is that we have field tested what will turn into a centrally delivered service that improves delivery in departments/ public sector organisations. We target awarding up to three Phase Two contracts of up to PS200,000 each (including VAT) for up to 12 months of research, development and prototyping. 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. 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. Q&A We will offer two 60 minute virtual Q&A sessions on Wednesday 27th October at 14.00 - 15.00 and Wednesday 3rd November from 15.00 - 16.00 with interested suppliers to answer questions about the tender. Please register by emailing: gsf.governance@cabinetoffice.gov.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-dedefe8b-597d-491b-bdab-8eac5dac89b8
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/9d51e667-05e5-48d1-addf-cda1653f961c
- 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
48 - Software package and information systems
73 - Research and development services and related consultancy services
75 - Administration, defence and social security services
-
- CPV Codes
48730000 - Security software package
73000000 - Research and development services and related consultancy services
75241000 - Public security services
Notice Value(s)
- Tender Value
- £400,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Oct 20214 years ago
- Submission Deadline
- 8 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 29 Nov 2021 - 7 Mar 2022 1-6 months
- 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
- CABINET OFFICE
- Contact Name
- Government Security Group
- Contact Email
- gsfinfo@cabinetoffice.gov.uk
- Contact Phone
- Not specified
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/9d51e667-05e5-48d1-addf-cda1653f961c
19th October 2021 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/1fdc77ab-95f7-41de-bae9-90a6f1713015
Competition Brief Template
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-dedefe8b-597d-491b-bdab-8eac5dac89b8-2021-10-19T14:04:53+01:00",
"date": "2021-10-19T14:04:53+01:00",
"ocid": "ocds-b5fd17-dedefe8b-597d-491b-bdab-8eac5dac89b8",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "PR0002",
"title": "Small Business Research Initiative (SBRI) : Reducing Public Sector Risk through Culture Change (Phase One)",
"description": "Security is seen as complicated or confusing by many people, or even as a blocker or impediment to working. Security is rarely promoted as an enabler or core business outside the security practitioner community. The public sector needs to better enable our people to reduce and manage risk, where 'our people' are defined as users (anyone who uses government official IT) and practitioners (those responsible for managing and delivering security in an organisation), and where 'risk' is defined as \"the harm arising from potential loss, damage or compromise of government assets.\" We know that organisational cultures can be a powerful influence on how people act in the workplace, where 'culture' is defined as \"shared values (what is important) and beliefs (how things work) that interact with an organisation's structures and control systems to produce behavioural norms (the way we do things around here).\" We want to validate or disprove the following hypotheses: A) Promoting appropriate culture(s) is an effective lever in reducing and managing risk; B) Human Factors -including organisational climate and culture- play a critical role in our cross government risk posture today; C) It is feasible to develop a holistic methodology or capability that can assess and monitor the health of the Human Factors landscape - including organisational climate and culture - across a public sector organisation in near real time; D) It is feasible to develop a single methodology or capability to assess and monitor the health of the Human Factors landscape - including organisational climate and culture - across government in near real time; E) Although several aspects of culture are interrelated, it adds value to target 'cyber culture' separately from 'organisational culture' or 'security culture' (where \"security culture\" is defined as 'The set of values, beliefs and assumptions, shared by everyone in an organisation, which determine how people are expected to think about and approach physical, personnel, technical and cyber security'); F) Leadership (senior leaders as well as local line managers) attitudes and behaviours are the single greatest factor which drive an organisation's risk posture, and therefore represents the greatest value for risk interventions; G) Risk interventions applicable to government departments are also applicable to other public sector organisations such as local authorities, education and healthcare arm lengths bodies; H) Appropriate security cultures require the organisation to improve people's capability and opportunity to work securely, as well as their attitudes and motivation. I) Interventions which reduce high risk behaviours (e.g. reduced IT security violations) can be measured in near real-time, quantitatively and qualitatively. Additional information: Over 12 weeks, Phase One invites potentially multiple suppliers to: 1) validate or disprove as many of our nine hypotheses as possible and; 2) develop, prototype and test systematic interventions or groups of interventions to reduce risk, and; 3) propose implementation measures and outcome measures of the effectiveness for these intervention(s). User Need Our users need to be able to: A) implement your intervention(s) quickly, cheaply and easily; B) measure the effectiveness of your intervention(s) on reducing risk in near real time; C) integrate your intervention(s) seamlessly with existing business processes and initiatives; D) monitor the impact of your intervention(s) on risk across diverse public sector organisations. Other Information: Contract Structure The overall programme will be delivered over two phases; this contract is for the first phase (Phase One). Up to PS400,000 (including VAT) is allocated to Phase One of the competition, with potentially a number of simultaneous technical feasibility study contracts awarded of up to PS60,000k (including VAT) per project for up to 12 weeks. Phase Two will award research and development contracts to Phase One project partners to deliver a \"private beta\" or field testing of the prototype developed in Phase One with a small group of controlled users. The intended outcome of Phase Two is that we have field tested what will turn into a centrally delivered service that improves delivery in departments/ public sector organisations. We target awarding up to three Phase Two contracts of up to PS200,000 each (including VAT) for up to 12 months of research, development and prototyping. 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. 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. Q&A We will offer two 60 minute virtual Q&A sessions on Wednesday 27th October at 14.00 - 15.00 and Wednesday 3rd November from 15.00 - 16.00 with interested suppliers to answer questions about the tender. Please register by emailing: gsf.governance@cabinetoffice.gov.uk",
"datePublished": "2021-10-19T14:04:53+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "48730000",
"description": "Security software package"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "75241000",
"description": "Public security services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "SW1A 2AS"
}
]
}
],
"minValue": {
"amount": 60000,
"currency": "GBP"
},
"value": {
"amount": 400000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"tenderPeriod": {
"endDate": "2021-11-08T17:00:00Z"
},
"contractPeriod": {
"startDate": "2021-11-29T00:00:00Z",
"endDate": "2022-03-07T23:59:59Z"
},
"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/9d51e667-05e5-48d1-addf-cda1653f961c",
"datePublished": "2021-10-19T14:04:53+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Authority Contract",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2484b47e-b041-4949-baab-1a3174dc3129",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "3",
"documentType": "tenderNotice",
"description": "Invitation To Tender",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/13eee66a-5e7c-4aa6-8400-beb37ca3589a",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "4",
"documentType": "tenderNotice",
"description": "Competition Brief Template",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1fdc77ab-95f7-41de-bae9-90a6f1713015",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "5",
"documentType": "tenderNotice",
"description": "Guidance Notes",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e2caf776-d916-4cd6-9b11-3549d6d35db2",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "6",
"documentType": "tenderNotice",
"description": "Application Form",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e67fe980-c8c9-407e-b947-3ce6a6b358db",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "7",
"documentType": "tenderNotice",
"description": "SBRI FAQs",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/ef5a8871-e4d3-431b-b91b-483fd6311935",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "8",
"documentType": "tenderNotice",
"description": "Assessor Guidance",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1b707f8c-fc60-4972-b8e9-f5b6f3d78a66",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
]
},
"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": {
"name": "Government Security Group",
"email": "GSFInfo@cabinetoffice.gov.uk"
},
"details": {
"url": "https://www.gov.uk/government/collections/government-security"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/3A4AmUm4",
"name": "Cabinet Office"
}
}