An official website of the European Union

638105-2020 - Competition

Notice View

Summary

2020-OJS252-638105-en
I.1.
Name and addresses
Official name: Department for Environment Food and Rural Affairs
Postal address: 17 Nobel House
Town: London
NUTS code: UK United Kingdom
Postal code: SW1P 3JR
Country: United Kingdom
Telephone: +44 2072385921
Internet address(es):
Main address: https://www.gov.uk
Address of the buyer profile: www.gov.uk
I.5.
Main activity
Environment
II.1.1.
Title
Cyber Incident Response Partner
II.1.2.
Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3.
Type of contract
Services
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.3.
Place of performance
NUTS code: UK United Kingdom
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
2 x 12-month optional renewals at the discretion of the authority.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 02/03/2021 Local time: 14:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 21/12/2020
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
VI.5.
Date of dispatch of this notice
23/12/2020

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2020-OJS252-638105-en
638105-2020 - CompetitionUnited Kingdom-London: IT services: consulting, software development, Internet and support
OJ S 252/2020 28/12/2020
Contract notice
Services
Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1.
Name and addresses
Official name: Department for Environment Food and Rural Affairs
Postal address: 17 Nobel House
Town: London
NUTS code: UK United Kingdom
Postal code: SW1P 3JR
Country: United Kingdom
Telephone: +44 2072385921
Internet address(es):
Main address: https://www.gov.uk
Address of the buyer profile: www.gov.uk
I.3.
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://defra.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://defra.bravosolution.co.uk
Tenders or requests to participate must be submitted to the abovementioned address
I.4.
Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5.
Main activity
Environment

Section II: Object

II.1.
Scope of the procurement
II.1.1.
Title
Cyber Incident Response Partner
II.1.2.
Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3.
Type of contract
Services
II.1.4.
Short description
DEFRA has a requirement for a Cyber Security Incident Response Partner, based on a retainer service model, to support and augment its existing Cyber Security capabilities. Please refer to the Bidder Pack (ITT) for further detailed information.
II.1.5.
Estimated total value
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.
Description
II.2.3.
Place of performance
NUTS code: UK United Kingdom
II.2.4.
Description of the procurement
To protect Defra’s existing (and any new) complex IT systems and critical data from increasing cyber risks, an effective cyber security risk management strategy has been developed.
Part of the risk management strategy involves proactively monitoring for cyber risk by creating a Cyber Security Operations Centre and deploying appropriate technologies, processes and controls that are designed to protect systems, networks, programs, devices and data from cyber-attacks.
Defra requires a call-off mechanism (process and contract) of 20 days support, so that Defra can rapidly access specialist cyber incident response related expertise. This call-off mechanism will be used to support and augment Defra’s cyber security capabilities, where Defra does not have the appropriate competence or level of expertise.
II.2.5.
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6.
Estimated value
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
2 x 12-month optional renewals at the discretion of the authority.
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.2.14.
Additional information

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 the draft contract included in the bidder pack.
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
Restricted procedure
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2.
Administrative information
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 02/03/2021 Local time: 14:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 21/12/2020
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
IV.2.6.
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1.
Information about recurrence
This is a recurrent procurement: no
VI.3.
Additional information
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: Courts of England and Wales
Town: London
Country: United Kingdom
VI.4.3.
Review procedure
Precise information on deadline(s) for review procedures:
The authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. Applicants who are unsuccessful shall be informed by the authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period.
VI.5.
Date of dispatch of this notice
23/12/2020