Skip to main content.

UK Hydrographic Office: UKHO IT Security Services

  UK Hydrographic Office is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UKHO IT Security Services
Notice type: Contract Notice
Authority: UK Hydrographic Office
Nature of contract: Services
Procedure: Restricted
Short Description: The suppliers will work alongside existing in-house software development, technology and operational teams in a number of ways: •Manage/coordinate the accreditation of high classification networks - IL6 (including application delivery, risk management documentation production and maintenance, pen test scoping, code review scoping, SWG facilitation, STRAP and Safeguarding compliance) •Security Reviews – of high classification networks – IL5 and IL6, and changes to Defence applications and products •Carry out Pen Tests and/or application code reviews across the ILs
Published: 29/11/2018 17:21
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Taunton: Information technology services.
Section I: Contracting Authority
      I.1) Name and addresses
             UK Hydrographic Office
             Admiralty Way, Taunton, TA1 2DN, United Kingdom
             Tel. +44 1823443280, Email: Tara.Stone@ukho.gov.uk
             Main Address: https://www.gov.uk/government/organisations/uk-hydrographic-office
             NUTS Code: UKK23
      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: http://www.delta-esourcing.com/tenders/UK-UK-Taunton:-Information-technology-services./7YU67Q923R
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Defence

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: UKHO IT Security Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72222300 - Information technology services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The suppliers will work alongside existing in-house software development, technology and operational teams in a number of ways:
•Manage/coordinate the accreditation of high classification networks - IL6 (including application delivery, risk management documentation production and maintenance, pen test scoping, code review scoping, SWG facilitation, STRAP and Safeguarding compliance)

•Security Reviews – of high classification networks – IL5 and IL6, and changes to Defence applications and products

•Carry out Pen Tests and/or application code reviews across the ILs       
      II.1.5) Estimated total value:
      Value excluding VAT: 475,000       
      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:
      UKK23 Somerset
      
      II.2.4) Description of procurement: The UKHO are looking for minimum SC cleared suppliers to work with UKHO on a variety of work packages to advance and assist the UKHO in gaining and maintaining MOD accreditation of its systems and networks at classification levels up to and including IL6.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 30       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity please click here: https://ukho.delta-esourcing.com/respond/7YU67Q923R       


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) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      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.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          
      Not Provided          
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   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: No       
   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: 30/12/2018 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 No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukho.delta-esourcing.com/tenders/UK-UK-Taunton:-Information-technology-services./7YU67Q923R

To respond to this opportunity, please click here:
https://ukho.delta-esourcing.com/respond/7YU67Q923R
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Hydrographic Office
       Admiralty Way, Taunton, TA1 2DN, United Kingdom
       Tel. +44 1823443280
   VI.4.2) Body responsible for mediation procedures:
             UK Hydrographic Office
          Admiralty Way, Taunton, TA1 2DN, United Kingdom
          Tel. +44 1823443280
   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:
          UK Hydrographic Office
       Admiralty Way, Taunton, TA1 2DN, United Kingdom
       Tel. +44 1823443280
   VI.5) Date Of Dispatch Of This Notice: 29/11/2018

Annex A


View any Notice Addenda

View Award Notice