News

United Kingdom-Salford: Cyber Security Services

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 217-532734/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: NHS Shared Business Services
National registration number: 05280446
Postal address: Chandlers Point, Halyard Court, 31 Broadway
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
Contact Person: Christopher Robson
Telephone: +44 1612122420
Email: christopher_robson@nhs.net
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Other type: Joint Venture between the Department of Health and Sopra Steria
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Cyber Security Services
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract: Services
II.1.4) Short Description: NHS Shared Business Services has been working closely with NHS Digital on the development of the cyber security services framework agreement, to offer an additional solution to support the existing portfolio of security solutions currently available. The aim of the new framework agreement will be to provide NHS organisations with an even greater number of cyber security service options and approved suppliers.
It is therefore envisaged that this framework agreement will be used to support services currently offered by NHS Digital to health and care organisations. The new framework will also offer services not covered by NHS Digital (lots 1 and 3).
II.1.5) Estimated total value:
Value excluding VAT: 250000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Emergency Cyber Incident Management

Lot No:1
II.2.2) Additional CPV code(s)
72000000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:M50 2UW.
II.2.4) Description of the procurement:
The provision of urgent incident response capability for large-scale or local incidents, offering approved organisations the ability to quickly call down expert resource to support incident control, containment, resolution and remediation in the event of a cyber security incident. A cyber security incident may be defined as any malicious act or suspicious event that compromises, or was an attempt to compromise, the electronic security perimeter or physical security perimeter of a critical cyber asset, or, disrupts, or was an attempt to disrupt, the operation of a critical cyber asset.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Cyber Security Consultancy Services

Lot No:2
II.2.2) Additional CPV code(s)
72000000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:M50 2UW.
II.2.4) Description of the procurement:
To provide approved organisations with access to ad-hoc or ongoing professional services. The services required will be defined locally by the approved organisation at call-off and will include some or all of the services outlined below as a minimum.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Security Personnel

Lot No:3
II.2.2) Additional CPV code(s)
72000000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:M50 2UW.
II.2.4) Description of the procurement:
For the supply of specialist personnel to support approved organisation existing in-house capability. Requirements are anticipated to be wide ranging but will ultimately support approved organisations to reduce their exposure to threats, improve security defences and support in the event of cyber incidents.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Please refer to procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:60IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2018/S 101-230957
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-12-19 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:48(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2019-12-19 Local time: 15:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
The duration referenced in Section II.2.7) is for the placing of orders.
The value provided in Section II.1.5) is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.
The framework will be for the benefit, and on behalf, of public sector bodies, details of such bodies can be accessed at:
In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the framework agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures.
The envisaged maximum number of participants to the framework agreement, stated in IV.1.3) is an estimate and is subject to change
VI.4) Procedures for review
VI.4.1) Review body
Official name: NHS Shared Business Services
Postal address: Chandlers Point, Halyard Court, 31 Broadway
Town: Salford
Postal code: M50 2UW
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.

VI.5) Date of dispatch of this notice:2019-11-07

Free Tender Search

Search

Recent Posts

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy