Managed Security Service for IT Infrastructure
Sottish Water requires a partner to provide a managed security service for its Information Technology related infrastructure and systems.
United Kingdom-Glasgow: Computer support and consultancy services
2018/S 019-040187
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
The Bridge, Buchanan Gate Business Park, Cumbernauld Road
Glasgow
Stepps
United Kingdom
Contact person: Andrew Neilson
Telephone: +44 7875873072
E-mail: andrew.neilson@scottishwater.co.uk
NUTS code: UKMInternet address(es):Main address: www.scottishwater.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10303
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Procurement of Security Management Partner for SW’s Digital Directorate
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
SW requires a partner to provide a managed security service for its Information Technology related infrastructure and systems. Annual value is estimated at 0.5 to 1.0 million pounds sterling.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
Procurement of a partner to provide a managed security service with a focus on threat detection and response but also to leverage threat intelligence and advanced analytics capabilities that are on offer from the marketplace to not only address advanced detection, but also support automation and orchestration of incident response activities to compliment many of the tools and investments we have in place today.
The current contract for security services expires on the 31 August 2018.
Scottish Water is looking to procure a more hybrid service delivery model associated with our security services, a blend of both traditional managed detection and response services (MDR) and managed security services (MSS). A model that improves threat detection, incident response, continuous-monitoring capabilities, and management of our security posture.
The service includes automating and systemising activities making use of technologies we have, providing assurance and operating to our ISO27001 certified scope, whilst offering risk reduction knowledge and experience, training and awareness, delivering a positive impact to our end-users and working hand in hand with the accountable Scottish Water security management function.
Provision of security services to IT development projects is included.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Initial 5-year award with an option for extension for a further 3 periods of 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
Evaluation of a pre-qualification questionaire.
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.1.2)Economic and financial standing
Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.
As a minimum financial standard to progress through the selection stage, bidders must be able to demonstrate that:
1.The balance sheet for their organisation shows net asset value of at least 10 000 000,00 GBP
Or.
2.They are a subsidiary of a parent organisation that has a balance sheet with a net asset value of at least 10 000 000,00 GBP that will sign a Parent Company Guarantee with SW.
III.1.3)Technical and professional ability
III.1.6)Deposits and guarantees required:
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of the contract’.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of companies submitting an accepted offer, it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.
III.2.2)Contract performance conditions:
Bidders must comply with modern slavery act and operate an ethical supply chain.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The buyer is using PCS-Tender to carry out this procurement. Please note this is a separate website and if you are not registered, you must register via https://www.publictendersscotland.publiccontractsscotland.gov.uk
Scottish Water will not accept the ESPD. We will only accept a completed Scottish Water PQQ document.
This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 10093. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:527600)
VI.4.1)Review body
The Bridge, Buchanan Gate Business Park
Cumbernauld Road
Stepps, Glasgow
United Kingdom
Telephone: +44 1414147112Internet address:www.scottishwater.co.uk
VI.5)Date of dispatch of this notice:
Read More
Software Application Solutions for a Cloud Based BACS Payment System
Outsourced ICT Services Contract Preston
Tender to Supply Electronic Document Management Solution
Application Managed Service Contract Manchester
ICT Services Contract Pontefract