Tender

Cyber Security Penetration Testing Framework

POLICE DIGITAL SERVICE

This public procurement record has 2 releases in its history.

Tender

27 Aug 2021 at 15:53

TenderUpdate

27 Aug 2021 at 15:53

Summary of the contracting process

The Police Digital Service is currently conducting a tender for the "Cyber Security Penetration Testing Framework" valued at up to £1 million. This framework aims to establish a multi-supplier agreement with a minimum of four suppliers, intended to provide cyber security penetration testing services for a period of four years, starting around October 2021, with the option to extend. The tender submission deadline has been updated to 10th September 2021. This procurement follows an open procedure and is classified under "Systems testing services" within the main procurement category of services.

This tender presents significant opportunities for businesses specialising in cyber security and IT services. Companies that excel in systems testing, software development, and technical consultancy will find themselves well-positioned to compete. Given the potential for future expansion to service other emergency organisations, businesses aiming to strengthen their foothold in public sector cybersecurity solutions should consider applying. Notably, partnerships that can showcase a breadth of services, ranging from vulnerability assessments to malware analysis, will be particularly advantageous in this competitive bidding process.

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 Contracting Authority is seeking to procure a multi- supplier framework agreement (with a minimum of 4 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around October 2021. The framework will be for the delivery of cyber security penetration testing services. Full details of the specification and requirements are included in the ITT. The procurement documents will be available to each bidder upon completion of an NDA. Please contact Krish Khanna on Krish.Khanna@tltsolicitors.com to receive a copy of the NDA.

Lot Information

Lot 1

The Contracting Authority is seeking to procure a multi- supplier framework agreement (with a minimum of 4 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around October 2021. The framework will be for the delivery of cyber security penetration testing services. Full details of the specification and requirements are included in the ITT. The procurement documents will be made available to each bidder upon completion of an NDA. Please contact Krish Khanna on Krish.Khanna@tltsolicitors.com to receive a copy of the NDA. The NMC, through the Contracting Authority, currently provides a centralised suite of operational security services to UK Policing. 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). 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 the ITT. Additional information: The framework is open to a wide range of policing bodies, law enforcement agencies and other Bluelight Services. Please refer to the ITT and Appendix 4 (Contracting Bodies) for more information.

Renewal: The initial term of the awarded framework agreement shall be 2 years (24 months), with the possibility of two further renewal periods of 1 year each (12 months).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02cef7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018313-2021
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
Not specified
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
£1,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Aug 20214 years ago
Submission Deadline
1 Sep 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
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-h6vhtk-02cef7-2021-08-27T16:53:31+01:00",
    "date": "2021-08-27T16:53:31+01:00",
    "ocid": "ocds-h6vhtk-02cef7",
    "description": "The estimated value of the framework described in this Find a Tender notice is GBP 1 million. This figure has been calculated on the assumption that the framework runs for its maximum possible term (the initial terms of 2 years, plus the further extension periods of 1 year each) and that a number of call-off contracts are awarded by the various parties listed in the ITT. 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.",
    "initiationType": "tender",
    "tender": {
        "id": "PICTCN-126-2021",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Cyber Security Penetration Testing Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72254100",
            "description": "Systems testing services"
        },
        "mainProcurementCategory": "services",
        "description": "The Contracting Authority is seeking to procure a multi- supplier framework agreement (with a minimum of 4 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around October 2021. The framework will be for the delivery of cyber security penetration testing services. Full details of the specification and requirements are included in the ITT. The procurement documents will be available to each bidder upon completion of an NDA. Please contact Krish Khanna on Krish.Khanna@tltsolicitors.com to receive a copy of the NDA.",
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Contracting Authority is seeking to procure a multi- supplier framework agreement (with a minimum of 4 suppliers) on behalf of UK Policing, with scope for the procured services to be rolled out to other emergency services in the future. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around October 2021. The framework will be for the delivery of cyber security penetration testing services. Full details of the specification and requirements are included in the ITT. The procurement documents will be made available to each bidder upon completion of an NDA. Please contact Krish Khanna on Krish.Khanna@tltsolicitors.com to receive a copy of the NDA. The NMC, through the Contracting Authority, currently provides a centralised suite of operational security services to UK Policing. 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). 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 the ITT. Additional information: The framework is open to a wide range of policing bodies, law enforcement agencies and other Bluelight Services. Please refer to the ITT and Appendix 4 (Contracting Bodies) for more information.",
                "value": {
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial term of the awarded framework agreement shall be 2 years (24 months), with the possibility of two further renewal periods of 1 year each (12 months)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "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"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38547&B=BLUELIGHT",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 10
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-09-01T10:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-09-01T10:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-09-01T10:00:00+01:00"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2021-09-01T10:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2021-09-10T10:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-11756",
            "name": "Police Digital Service",
            "identifier": {
                "legalName": "Police Digital Service",
                "id": "08113293"
            },
            "address": {
                "streetAddress": "33 Queen Street,",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "EC4R 1AP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Krish Khanna",
                "telephone": "+44 7970217549",
                "email": "Krish.Khanna@TLTSolicitors.com",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38547&B=BLUELIGHT"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://pds.police.uk/",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-11757",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "7 Rolls Building",
                "locality": "London",
                "postalCode": "EC4A 1NL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-11756",
        "name": "Police Digital Service"
    },
    "language": "en"
}