Cyber Security Support Services Tender
FSCS is looking for a partner that can test / audit systems and provide assurance that no significant weaknesses are in play across its enterprise infrastructure.
United Kingdom-London: Computer-related professional services
2017/S 019-031759
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
10th Floor Beaufort House, 15 St Botolph Street
London
EC3A 7QU
United Kingdom
Telephone: +44 2073758175
E-mail: Michelle.Magnusen@fscs.org.uk
NUTS code: UKI
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Cyber Security Support Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
FSCS is looking for a partner that can test / audit systems and provide assurance that no significant weaknesses are in play across its enterprise infrastructure or individual systems that could allow device or devices to intentionally or unintentionally impact its ability to deliver its services.
Other services will include:
— Strategic, Tactical and Operational Cyber Security Support.
— Out of Hours Monitoring Services.
— Cloud Security Support.
— Cyber Security Intelligence Updates.
— Cyber Incident Response and Management (including Cyber Forensic support).
—
Cyber Security Incident Response.
FSCS may as an ongoing service require:
— Consultancy services to define and implement a continuous security improvement programme.
— Require assistance with training services targeted at different levels within the organisation.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
10th Floor Beaufort House, 15 Botolph Street, London, EC3A 7QU.
II.2.4)Description of the procurement:
Cyber Security Support Services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 year contract plus the option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
Please refer to the tender documentation.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to the tender documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
10th Floor Beaufort House, 15 St Botolph
London
EC3A 7QU
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
SunSystems Support Contract 2017
Software Design and Development Contract Birmingham
Corporate Technology Strategy for West Yorkshire Combined Authority