Award

ICT Managed Security Service

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 3 releases in its history.

Award

23 May 2018 at 00:00

TenderUpdate

02 Nov 2017 at 00:00

Tender

31 Oct 2017 at 00:00

Summary of the contracting process

South Lanarkshire Council is conducting a procurement process for the "ICT Managed Security Service," an essential service aimed at ensuring cyber resilience through threat detection, analysis, and response. The procurement is currently in the Award stage, with the contract signed on 3rd May 2018. The tender was initiated as an open procedure focusing on services and is based in Hamilton, UK, with a total contract value of £524,000. There are specific requirements for this service to be operational 24/7, alongside a forthcoming three-year extension subject to performance reviews.

This tender represents a significant opportunity for businesses specialising in managed security services, particularly those with expertise in cyber security threat management. Companies with a proven track record of providing such services to local authorities or organisations of similar size will find themselves well-positioned to compete. Potential bidders should also be prepared to demonstrate compliance with various insurance and financial standing criteria as part of the selection process, which could lead to long-term contracts and community benefit offerings tied to the service provision.

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

ICT Managed Security Service

Notice Description

Provision of an ICT security monitoring service which delivers continued cyber resilience through threat detection, analysis and response.

Lot Information

Lot 1

South Lanarkshire Council ("the Council") has a requirement to partner with an experienced managed security service provider to implement an ICT security monitoring service which delivers continued cyber resilience through threat detection, analysis and response. This will involve the replacement of the current service. This service plays a critical role in the council's cyber security strategy and achieving its information governance objectives.

Renewal: There is scope within the contract for an extension period of up to 3 years subject to satisfactory performance, financial standing and availability of funding.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000516361
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319945
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
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

72222300 - Information technology services

Notice Value(s)

Tender Value
£524,000 £500K-£1M
Lots Value
£524,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 May 20187 years ago
Submission Deadline
4 Dec 2017Expired
Future Notice Date
Not specified
Award Date
3 May 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
2021/2024

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Shona Gordon
Contact Email
shona.gordon@southlanarkshire.gov.uk
Contact Phone
+44 1698454448

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AA
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

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-r6ebe6-0000516361-2018-05-23T00:00:00Z",
    "date": "2018-05-23T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000516361",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-32",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "email": "Shona.gordon@southlanarkshire.gov.uk",
                "telephone": "+44 1698454448",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "06",
                        "description": "Housing and community amenities",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-12",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "name": "Shona Gordon",
                "email": "Shona.gordon@southlanarkshire.gov.uk",
                "telephone": "+44 1698454448",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-13",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "name": "Shona Gordon",
                "email": "Shona.gordon@southlanarkshire.gov.uk",
                "telephone": "+44 1698454448",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "South Lanarkshire Council",
        "id": "org-13"
    },
    "tender": {
        "id": "SLC/PS/FINCOR/17/061",
        "title": "ICT Managed Security Service",
        "description": "Provision of an ICT security monitoring service which delivers continued cyber resilience through threat detection, analysis and response.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 524000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2017-12-04T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-12-04T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV299851",
                "documentType": "contractNotice",
                "title": "ICT Managed Security Service",
                "description": "Provision of an ICT security monitoring service which delivers continued cyber resilience through threat detection, analysis and response.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV299851",
                "format": "text/html"
            },
            {
                "id": "MAY319945",
                "documentType": "awardNotice",
                "title": "ICT Managed Security Service",
                "description": "Provision of an ICT security monitoring service which delivers continued cyber resilience through threat detection, analysis and response.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319945",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "South Lanarkshire Council (\"the Council\") has a requirement to partner with an experienced managed security service provider to implement an ICT security monitoring service which delivers continued cyber resilience through threat detection, analysis and response. This will involve the replacement of the current service. This service plays a critical role in the council's cyber security strategy and achieving its information governance objectives.",
                "status": "complete",
                "value": {
                    "amount": 524000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is scope within the contract for an extension period of up to 3 years subject to satisfactory performance, financial standing and availability of funding."
                }
            }
        ],
        "bidOpening": {
            "date": "2017-12-04T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. . ESPD Question 4A.2 Authorisation/Membership Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "ESPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to ESPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Do Keynote (where applicable) consider the bidder to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use Keynote or similar financial verification systems to validate the information provided. The above methodology will also be adopted to assess satisfactory financial standing of the successful bidder (s) prior to the resulting Contract / Framework being considered for extension. . ESPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. . Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims. . Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP in respect of each claim, without limit to the number of claims. ."
                },
                {
                    "type": "technical",
                    "description": "With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the bidder in the last 3 years. Bidders should provide evidence they have at least three years experience in assisting clients with cyber security threat detection, analysis and response plus the management of security infrastructure devices. This includes evidence of providing these specific services to other UK Local Authorities or similarly sized organisations and demonstrating knowledge of the cyber security compliance schemes and policies such clients adhere to. ESPD Question 4C.10 Technical and Professional Ability (Sub-Contracting) Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. . ESPD Question 4D.1 Quality Management Procedures The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 27000 series (or equivalent) or a Security Management Systems policy authorised by their Chief Executive or equivalent that meets relevant security standards such as ISO 27000 series and/or the UK Government's Cloud Security Principles (or equivalent) standards. In addition the Bidder will require to comply will all other standards detailed in the Specification (Attachment 3 at section 1.3) . The project to implement the service will require to be managed to an international quality standard such as Prince 2 or equivalent."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "72222300",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2021/2024"
        },
        "amendments": [
            {
                "id": "amd-11",
                "description": "Description of Procurement Please note the text in the original Contract Notice at section 11.2.4 reads:- II.2.4) Description of the procurement South Lanarkshire Council (\"the Council\") has a requirement to partner with an experienced managed security service provider to implement an ICT security monitoring service which delivers continued cyber resilience through threat detection, analysis and response. This will involve the replacement of the current service. This service plays a critical role in the council's cyber security strategy and achieving its information governance objectives. This text should read:- 11.2.4) Description of the procurement South Lanarkshire Council (\"the Council\") has an ongoing requirement to partner with an experienced managed security service provider to implement an ICT security monitoring service which delivers continued cyber resilience through threat detection, analysis and response. This service plays a critical role in the council's cyber security strategy and achieving its information governance objectives.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "South Lanarkshire Council (\"the Council\") has a requirement to partner with an experienced managed security service provider to implement an ICT security monitoring service which delivers continued cyber resilience through threat detection, analysis and response. This will involve the replacement of the current service. This service plays a critical role in the council's cyber security strategy and achieving its information governance objectives."
                        },
                        "newValue": {
                            "text": "South Lanarkshire Council (\"the Council\") has an ongoing requirement to partner with an experienced managed security service provider to implement an ICT security monitoring service which delivers continued cyber resilience through threat detection, analysis and response. This service plays a critical role in the council's cyber security strategy and achieving its information governance objectives."
                        },
                        "where": {
                            "section": "II.2.4"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 210-436497"
        }
    ],
    "description": "Exclusion Criteria Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. ESPD Questions 3A - 3C have been identified as mandatory exclusion grounds and ESPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. . The service provision must be provided 24 x 7 365 days of the year . The successful bidder will require to sign up to the Code of Connection Form for Third Party Remote Access to South Lanarkshire Council (a copy is provided in the Tender Attachment area for information) . The Council reserves the right to modify the Contract to be entered into in respect of these Services. The Contract contains clauses setting out the procedure for modification of its terms. The scope and nature of the possible modifications is as follows:- - the inclusion of consultancy services within the scope of the Services being procured; - the introduction of more cloud-based systems which will require to be monitored - reference section 1.2 of the specification - the potential move of our entire data centre from Hamilton to a third-party hosting facility - reference section 2.1.8 of the specification. - any other minor operational changes . Declarations and Certificates In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. ESPD Question 2D.1 Prompt Payment Certificate Declaration Section *Form of Tender ESPD Question 3D.11 Non-Collusion Certificate ESPD Question 4B.5.1 Insurance Certificates ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration ESPD Question 3A.6 Modern Slavery Act 2015 Declaration (SC Ref:543885)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000516361"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000516361"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000516361"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "SLC/PS/FINCOR/17/061",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "SLC/PS/FINCOR/17/061",
            "awardID": "SLC/PS/FINCOR/17/061",
            "status": "active",
            "dateSigned": "2018-05-03T00:00:00Z"
        }
    ]
}