By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Cyber Security Services 1 (CSS01).

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Minister for the Cabinet Office acting through Crown Commercial Service
Rosebery Court, St Andrews Business Park
Contact point(s): Cyber Security Services Team
NR7 0HS Norwich
UNITED KINGDOM
Telephone: +44 3450103503
E-mail:

Internet address(es):

General address of the contracting authority: http://www.gov.uk/ccs

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
Other: public procurement
I.4)Contract award on behalf of other contracting authorities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Cyber Security Services 1 (CSS01).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.

NUTS code UK

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
Crown Commercial Service as the Contracting Authority has put in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.
This Framework provides access to Cyber Security Consultancy Services which provides a range of Services:
1 Policy and Standards.
2 Risk Assessment.
3 Risk Management.
4 Security Architecture.
5 Information Assurance Methodologies.
6 Incident Management.
7 Audit & Review.
Scope excludes Hardware or Software products.
The Cyber Security Services Framework Agreement is to help the public sector prevent, mitigate, or manage cyber security attack. The procurement was created in line with the Communications-Electronics Security Group (CESG) Cyber Security Consultancy Certification Scheme.
II.1.5)Common procurement vocabulary (CPV)

72590000, 72600000, 72810000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 40 000 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. MEAT - as detailed in the ITT. Weighting 100
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
RM3764
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 166-303084 of 27.8.2015

Contract notice

Notice number in the OJEU: 2015/S 216-394285 of 7.11.2015

Section V: Award of contract

Contract No: RM3764 Lot 2 C3IA Lot No: 2 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
8.2.2016
V.2)Information about offers
Number of offers received: 44
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

C3IA Solutions Ltd
Unit B, The Outlook Ling Road Dorset
BH12 4PY Poole
UNITED KINGDOM

V.4)Information on value of contract
If annual or monthly value:
Number of years: 1
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: RM3764 Lot 2 Evolve Secure Solutions Ltd Lot No: 2 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
8.2.2016
V.2)Information about offers
Number of offers received: 44
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Evolve Secure Solutions Ltd
Lynton House, 7-12 Tavistock Square
WC1H 9BQ London
UNITED KINGDOM

V.4)Information on value of contract
If annual or monthly value:
Number of years: 1
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: RM3764 Lot 2 Info-Assure Lot No: 2 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
8.2.2016
V.2)Information about offers
Number of offers received: 44
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Info-Assure
Building A8, Room 1003a/b Cody Technology Park, Ively Road, Hampshire
GU14 0LX Farnborough
UNITED KINGDOM

V.4)Information on value of contract
If annual or monthly value:
Number of years: 1
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: RM3764 Lot 2 OCF IT Security Consultancy Ltd Lot No: 2 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
8.2.2016
V.2)Information about offers
Number of offers received: 44
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

OCF IT Security Consultancy Ltd
Winnington House 2 Woodberry Grove
N12 0DR London
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: RM3764 Lot 2 Stratia Consulting Ltd Lot No: 2 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
8.2.2016
V.2)Information about offers
Number of offers received: 44
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Stratia Consulting Ltd
Green Ginger Cottage Long Green
GL19 4QQ Forthampton

V.4)Information on value of contract
If annual or monthly value:
Number of years: 1
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: RM3764 Lot 3 Evolve Secure Solutions Limited Lot No: 3 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
8.2.2016
V.2)Information about offers
Number of offers received: 44
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Evolve Secure Solutions Limited
Lynton House 7-12 Tavistock Square
WC1H 9BQ London
UNITED KINGDOM

V.4)Information on value of contract
If annual or monthly value:
Number of years: 1
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: RM3764 Lot 3 Info-Assure Lot No: 3 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
8.2.2016
V.2)Information about offers
Number of offers received: 44
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Info-Assure
Building A8, Room 1003a/b Cody Technology Park, Ively Road
GU14 0LX Farnborough
UNITED KINGDOM

V.4)Information on value of contract
If annual or monthly value:
Number of years: 1
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: RM3764 Lot 3 Stratia Consulting Ltd Lot No: 3 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
6.2.2016
V.2)Information about offers
Number of offers received: 44
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Stratia Consulting Ltd
Green Ginger Cottage Long Green
GL19 4QQ Forthampton
UNITED KINGDOM

V.4)Information on value of contract
If annual or monthly value:
Number of years: 1
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: RM3764 Lot 3 OCF IT Security Consultancy Ltd Lot No: 3 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
8.2.2016
V.2)Information about offers
Number of offers received: 44
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

OCF IT Security Consultancy Ltd
Suite 121 80 High Street
SO23 9AT Winchester
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: RM3764 Lot 4 Better Network Solutions Ltd Lot No: 4 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
8.2.2016
V.2)Information about offers
Number of offers received: 49
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Better Network Solutions Ltd
1 Woodstock Drive Highfield
SO17 1WY Southampton
UNITED KINGDOM
Internet address: 1 Woodstock Drive

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: RM3764 Lot 4 Info-Assure Lot No: 4 - Lot title: Cyber Security Services Risk Assessment
V.1)Date of contract award decision:
8.2.2016
V.2)Information about offers
Number of offers received: 49
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Info-Assure
Building A8, Room 1003a/b Cody Technology Park, Ively Road, Hampshire
GU14 0LX Farnborough
UNITED KINGDOM
Internet address: Building A8

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
The following information has been captured in accordance with the requirements of Regulation 50 of the Public Contracts Regulations 2015:
The Authority received a total of 92 tenders in response to this procurement, all of which were received electronically via the Authority's e-Sourcing Suite.
The Authority received 62 tenders from economic operators which are small and medium enterprises (SMEs).
The Authority did not receive tenders from non-EU States or EU Member States other than the UK.
The Authority did not receive tenders from Groups of Economic operators.
This Framework Agreement commences on 19.2.2016 for an initial term of 12 Months. The Framework Agreement will conclude on 18.2.2017.
The Procurement process used for the provision of RM3764 Cyber Security Services used a two stage Award process as outlined in the following section taken from the Invitation to Tender (ITT) below.
12.0 Final Decision To Award
12.1 Award Stage 2 - Following evaluation of Tenders in accordance with the evaluation process set out in this ITT, those Potential Suppliers who have made a compliant Tender submission will be awarded a Framework Agreement, Award Stage 1. Award stage 2 is subject to the successful award of CESG Cyber Security Consultancy Certification for each individual cyber service/Lot. The CESG certification can be done on a lot/service by lot/service basis at any time during the term of the Framework Agreement. Services will only be available to customers once the CESG certification has been awarded for the individual lot/service.
Therefore Suppliers not yet eligible for Award Stage 2 have still been successful in gaining a place on the Framework for their specified Lots and have been awarded - Award Stage 1. Please refer to the following linked document on Contracts Finder for the complete list of successful Suppliers at Award stage 1 and 2 for Specific Lots:

https://www.contractsfinder.service.gov.uk/Notice/b0f101e3-9baa-4131-90b2-a97e56096ab1

VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Please refer to the Initiation to Tender document for the Crown Commercial Service complaints procedure.

Body responsible for mediation procedures

Please refer to the Initiation to Tender document for the CCS complaints procedure.

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please follow the guidance on procedure contained in the previous section.
VI.3.3)Service from which information about the lodging of appeals may be obtained

Please refer to the Initiation to Tender document for the CCS complaints procedure.

VI.4)Date of dispatch of this notice:
26.2.2016

Other interesting websites