UK-Glasgow: IT services: consulting, software development, Internet and support.

UK-Glasgow: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
I.1) Name and addresses
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 1414830344, Email: paul.mcdonald@scottishwater.co.uk
Main Address: https://www.scottishwater.co.uk/
NUTS Code: UKM
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://scottishwater.delta-esourcing.com/respond/3A8DXP5U8V
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://scottishwater.delta-esourcing.com/respond/3A8DXP5U8V to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

I.6) Main activity:
Water

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Digital Directorate Cyber Security Partner
Reference Number: SW22/TI&T/1423
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: Scottish Water is seeking the procurement of a cybersecurity partner with strong heritage in security and cyber services to provide a comprehensive cyber-security managed service and delivery of cybersecurity projects.
II.1.5) Estimated total value:
Value excluding VAT: 50,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description


II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKM SCOTLAND

II.2.4) Description of procurement: Scottish Water is seeking the procurement of a cybersecurity partner with strong heritage in security and cyber services to provide a comprehensive cyber-security managed service and delivery of cybersecurity projects. The chosen partner will lead the proactive assessment and prevention of cybersecurity risk, lead the response and management of cyber-security emergencies, and deliver complex transformative cybersecurity projects. Any prospective tenderer should hold an extensive record of successful project delivery of security improvement projects in addition to long term proven experience of delivering end to end cyber services within the UK utilities market, particularly in the water industry. You must provide Advanced Threat Centre (ATC) services from a Security Operations Centre (SOC) located onshore within the UK. The prospective partner should have proven expert competency in technology and subject areas such as: •Managed Detection Response (MDR) services •Software defined networking (SD-WAN) •Network Segregation and intrusion detection •SOAR •Identity and access management solutions including: oPrivileged Access Management (PAM) oZero Trust Model oUser End Behaviour Analytics (UEBA) •IT and OT Convergence •Security of IoT Devices and Programmable Logic Controllers •Next-gen firewall appliances •Microsoft E5 security products and wider Microsoft security product portfolio •Advanced Threat Protection tools •Threat-intelligence services •Secure network access to remote sites •Secure remote access services •NIS – working knowledge and consultancy Such a partner will be providing assurance and operating to our ISO27001 and Cyber Security Plus 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. Working collaboratively with Scottish Water they will be delivering security improvement projects to enhance security capabilities, optimise costs and add value in addition to bringing or developing new innovative technologies to address the convergence of IT and OT security. Further services detail: Scottish Water seeks an industry leading 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 Services will be aligned to Scottish Water’s requirements to protect, detect, and respond: Protect - Services designed to protect Scottish Water from cyber threats and/or attacks including the following managed services: •Firewall Managed Service •E-mail Security Managed Service •Web Security Managed Service •Endpoint Protection Managed Service •Secure segregated network services (IT and OT) Detect - Services designed to detect cyber threats and/or attacks before they impact Scottish Water’s business including the following managed services: •Firewall Assurance Service •Security Information and Event Management (“SIEM”) as a Service •Threat Intelligence Managed Service •Vulnerability scanning Respond - Services designed to respond effectively and efficiently to cyber threats and/or attacks including: •Cyber threat incident response •Governance (security service management) Cybersecurity project delivery services – services designed to be called off using Work Orders for specified activities. Project delivery services include portfolio management, programme and project management, and delivery activities. Procurement services – of hardware and software related to Cybersecurity and management of third party providers of tools (as applicable) Cybersecurity awareness and training – The partner should demonstrate a holistic understanding of cybersecurity including human-factors; part of their proposition should be to continuously inform Scottish Waters internal awareness and coaching strategy and to provide materials to support this Other Strategy and Design governance boards: the Cybersecurity partner shall attend Scottish Water strategy and design governance boards and be the key source of cybersecurity advice Any other capability required from time to time to maintain, enhance and manage a complete cybersecurity posture for Scottish Water. Operating model The cybersecurity partner will be required to work alongside our existing framework suppliers, IT partners and key strategic software suppliers, promoting cooperation to ensure good end to end service outcomes for Scottish Water. These suppliers include: • IT service providers: ATOS, Capgemini and CompanyNet • Supply chain specialist providers: Ground Control, Magdalene and Siemens • Existing telemetry technology providers: ICONICS, Emerson and Schneider Commercial model The framework has an estimated value of £50,000,000 and shall be for an initial term of 3 years with 3 extension options for 1 year. This reflects a split between service, the project portfolio, and contingency for additional requirements and extensions, with projects making up the bigger part of the framework spend. If industry best practice or regulation changes or additional cybersecurity or IT products or services are required, and are deemed necessary by Scottish Water to ensure the target outcome of the framework (a comprehensive, effective, cybersecurity proposition to protect a critical national infrastructure organisation) Scottish Water may award such further purchases to the successful tenderer via negotiated procedure without prior publication.
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:
Value excluding VAT: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: 3 year initial term with 3x1 year extension options at the sole discretion of Scottish Water.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of cadidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The PQQ documents can also be accessed by logging in through the Scottish Water Delta e-sourcing webpage https://scottishwater.delta-esourcing.com/ and through the Response Manager section using the following Access Code: 3A8DXP5U8V



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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
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
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
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 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) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Bidders must comply with modern slavery act and operate an ethical supply chain
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description NEGOTIATED_WITH_COMPETITION
IV.1.1) Type of procedure: Competitive procedure with negotiation

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 a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/02/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: Scottish Water will not accept the SPD. 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 FTS Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./3A8DXP5U8V

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/3A8DXP5U8V
VI.4) Procedures for review
VI.4.1) Review body:
Glasgow Sheriff Court
1 Carlton Place, Glasgow, G59DA, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 8000778778
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 12/01/2023

Annex A