< Previous Notices Next Notice >
UK-Glasgow: Information technology services.
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Student Loans Company 100 Bothwell Street, Glasgow, G2 7JD, United Kingdom Tel. +44 1413062000, Email: commercial@slc.co.uk Main Address: https://www.gov.uk/government/organisations/student-loans-company NUTS Code: UKM82
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Managed Cyber Defence 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: Endpoint threat detection and response services to support home working arrangements.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 188,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKM82 - Glasgow City
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement: Provision of managed cyber defence service for a time period to support home working during COVID.
II.2.5) Award criteria:
Quality criterion - Name: Provision of SLC requirements within timescales / Weighting: 90
Price - Weighting: 10
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 2020-471
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/07/2020
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Price Waterhouse Coopers, OC303525 Atria 1, 144 Morrison Street, Edinburgh, EH3 8EX, United Kingdom NUTS Code: UKM75
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 188,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=538141366
VI.4) Procedures for review
VI.4.1) Review body
High Court Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 27/10/2020
ANNEX D
1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU
No tenders or no suitable tenders/requests to participate in response to: Not Provided
The works, supplies or services can be provided only by a particular economic operator for the following reason: No
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: Yes
Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
Service contract to be awarded to the winner or one of winners under the rules of a design contest: No
Purchase of supplies or services on particularly advantageous terms: No
3. Explanation
Due to the ongoing COVID-19 pandemic, without this service in place, SLC systems would continue to be vulnerable to attack from malicious sources via unsecured devices connecting to SLC networks. Staff and partner staff have to access networks though unsecure devices to ensure continuity of service provision. The licences, along with the managed security services will help to protect the integrity of customer and staff data during this time.
The requirement is for services and licences for cyber security defence to be provided and managed by a supplier due to ongoing restrictions caused by the COVID 19 pandemic. It has become clear that not only do SLC have the majority of staff working from home, but that this will continue until at least the end of 2020. Due to the volumes of people working at home across the UK and beyond, with a resultant increase in demand for devices to do so, this has necessitated the use of personal devices by a large number of SLC staff to access SLC systems. This, in turn, has further increased the cyber security implications for SLC
The COVID-19 pandemic provides consequences that could not have been predicted in relation to the volume of staff that would now require to Work from home. Given the business-criticality of this service, the licences and managed service are required for 4 months to support this unprecedented requirement for home working.
< Previous Notices Next Notice >
|