Notice Information
Notice Title
Provision of a Governance Risk Compliance Tool
Notice Description
FCDO are looking to a third party to introduce and implement a new GRC tool to be used by ICSU for information security risk management and assurance activities. The tool will be used to record all risks above risk appetite, track actions and communicate with risk owners and action owners. The tool will be used to record all FCDOs systems and services, their assurance status, outstanding tasks and send reminders to users for system reviews. Functional requirements (for the tool) * Centrally capture information security risks, security vulnerabilities, audit findings, regulatory obligations and other issues across technology infrastructure * Centrally capture a set of IT systems and services and their assurance status * A mechanism for reporting to colleagues as well as up to board level * Up to 50 users (but should be scalable) with varying access requirements (e.g. those reviewing risks, those reviewing assurance) Non-functional * Tool platform should be subject to a recognised security certification (ISO/IEC 27001:2013 / Cyber Essentials or equivalent) * Minimum of SC clearance for all individuals accessing sensitive FCDO information and data * Tool vendor must have an annual IT Health Check performed by a certified CHECK company * Support multi-factor authentication and single sign on * Compliant with data protection legislation * Documented threat management processes and tools * Ability to integrate with FCDO incident management processes and procedures * Follows NCSC good cloud security principles and guidance (https://www.ncsc.gov.uk/collection/cloud-security) * Named UK data centre, with all processing capability and call centre support within UK and EU * Return To Operation (RTO) time should be no more than 24 hours and Return Point Objectives (RPO) time no more than 1 hour Implementation & Training * Bidders will be asked to demonstrate a minimum viable product (MVP) as part of any procurement and be potentially able to deploy into a live environment within 3 months of contract * Throughout implementation, the tool platform should be tailored as appropriate for the business needs of the FCDO * Capability to supply end-to-end training on the tool platform, including train the trainer and comprehensive documentation Maintenance, support, system updates * Provide support for end users * Ensure the platform is kept up-to-date, patching should be maintained at N-1
Lot Information
Lot 1
Detail provided in section II.1.4 is not an exhaustive list of requirements. The Authority requests notes of interest in a potential procurement exercise within fifteen (15) working days of the publication of this notice. At the expiry of this deadline, the Authority will commence pre-tender engagement with interested suppliers, which may involve, but will not be limited to; disclosure of the work in progress requirement set, demonstration of supplier offerings and review of potential contractual arrangements.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032e86
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010218-2022
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
-
- CPV Codes
48730000 - Security software package
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Apr 20223 years ago
- Submission Deadline
- 10 May 2022Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
- Contact Name
- Not specified
- Contact Email
- ict.commercial@fco.gov.uk
- Contact Phone
- +44 2070080932
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2AH
- 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
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-h6vhtk-032e86-2022-04-19T16:02:53+01:00",
"date": "2022-04-19T16:02:53+01:00",
"ocid": "ocds-h6vhtk-032e86",
"description": "This notice is for information only. The Contracting Authority may or may not subsequently publish a formal contract opportunity notice in the future. The Contracting Authority may, without prejudice, use feedback from the responses and demos to help inform the development of the potential requirement.",
"initiationType": "tender",
"tender": {
"id": "CPG/7899/2022",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of a Governance Risk Compliance Tool",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "48730000",
"description": "Security software package"
},
"mainProcurementCategory": "goods",
"description": "FCDO are looking to a third party to introduce and implement a new GRC tool to be used by ICSU for information security risk management and assurance activities. The tool will be used to record all risks above risk appetite, track actions and communicate with risk owners and action owners. The tool will be used to record all FCDOs systems and services, their assurance status, outstanding tasks and send reminders to users for system reviews. Functional requirements (for the tool) * Centrally capture information security risks, security vulnerabilities, audit findings, regulatory obligations and other issues across technology infrastructure * Centrally capture a set of IT systems and services and their assurance status * A mechanism for reporting to colleagues as well as up to board level * Up to 50 users (but should be scalable) with varying access requirements (e.g. those reviewing risks, those reviewing assurance) Non-functional * Tool platform should be subject to a recognised security certification (ISO/IEC 27001:2013 / Cyber Essentials or equivalent) * Minimum of SC clearance for all individuals accessing sensitive FCDO information and data * Tool vendor must have an annual IT Health Check performed by a certified CHECK company * Support multi-factor authentication and single sign on * Compliant with data protection legislation * Documented threat management processes and tools * Ability to integrate with FCDO incident management processes and procedures * Follows NCSC good cloud security principles and guidance (https://www.ncsc.gov.uk/collection/cloud-security) * Named UK data centre, with all processing capability and call centre support within UK and EU * Return To Operation (RTO) time should be no more than 24 hours and Return Point Objectives (RPO) time no more than 1 hour Implementation & Training * Bidders will be asked to demonstrate a minimum viable product (MVP) as part of any procurement and be potentially able to deploy into a live environment within 3 months of contract * Throughout implementation, the tool platform should be tailored as appropriate for the business needs of the FCDO * Capability to supply end-to-end training on the tool platform, including train the trainer and comprehensive documentation Maintenance, support, system updates * Provide support for end users * Ensure the platform is kept up-to-date, patching should be maintained at N-1",
"lots": [
{
"id": "1",
"description": "Detail provided in section II.1.4 is not an exhaustive list of requirements. The Authority requests notes of interest in a potential procurement exercise within fifteen (15) working days of the publication of this notice. At the expiry of this deadline, the Authority will commence pre-tender engagement with interested suppliers, which may involve, but will not be limited to; disclosure of the work in progress requirement set, demonstration of supplier offerings and review of potential contractual arrangements.",
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48730000",
"description": "Security software package"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-05-10T17:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
}
},
"parties": [
{
"id": "GB-FTS-131",
"name": "Foreign Commonwealth and Development Office",
"identifier": {
"legalName": "Foreign Commonwealth and Development Office"
},
"address": {
"streetAddress": "King Charles Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1A 2AH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2070080932",
"email": "ict.commercial@fco.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-38161",
"name": "High Royal courts of Justice",
"identifier": {
"legalName": "High Royal courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-131",
"name": "Foreign Commonwealth and Development Office"
},
"language": "en"
}