Cyber Security Services 3

Open

Value

£800,000,000

Classifications

  • Computer-related services

Tags

  • tenderAmendment

Submission Deadline

1 year from now

Published

10 months ago

Description

Crown Commercial Service (CCS) set up a dynamic purchasing system for a period of 60 months and has invited bidders to request to participate for the Cyber Security Services 3 DPS.
This DPS provides central government departments and the wider public sector with the opportunity to procure cyber services from a range of suppliers.
The DPS filters are for certification, services, standards and experience. Appointed suppliers will be invited by customers (buyers) to submit tenders for relevant services through a call for competition.
This notice is to advise that this DPS has been further extended to 13/02/2027 and based on current spend profiling the estimated total value has been increased to £800million.

Additional information: Please be aware that this DPS was extended to 13/02/2025 and based on the spend profiling at that time the estimated total value was increased to £255million.
Please note that this DPS has been further extended to 13/02/2027 and based on current spend profiling the estimated total value has been increased to £800million.
Please note the Closing Date, Contract Start Date and  Contract End Date have been manipulated to support compatibility system issues. However please refer to the contract notice for the correct dates, timelines etc.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

DBS Security Operations Centre (SOC) Service

DBS is progressing a major transformation of its legacy IT estate, moving to modern, Software-as-a-Service (SaaS)–based applications. As part of this transformation, DBS intends to procure a modern, CREST accredited Security Operations Centre (SOC) Service to protect and monitor its next-generation estate. The SOC will be implemented on the next generation estate only, there is no requirement for SOC services on the legacy estate which is mainly greenfield and as such there is no history of security logs, events or incidents for the applications in scope. It will include multiple SaaS-based services, a data integration platform, connection to third-party services (which may provide log feeds), and potentially other IaaS/PaaS cloud based services, for which the service shall be capable of onboarding and monitoring. Multiple third parties work with the Buyer to deliver technology and business services and have access to the Buyer's information and systems. End point, network and other supporting services (email and productivity tools for example) are provided to the Buyer and monitored by the Home Office and as such are out of scope of the SOC Service; DBS holds information that is highly sensitive and must not be subject to compromise. It depends on real-time, accurate transactions, any compromise to the integrity of such data could lead to significant losses; DBS collects, stores and manages Personal Data (including sensitive Personal Data); and DBS services provide evidence to legal bodies that require full audit and visibility of data creation, manipulation and access as part of legislative and regulatory requirements. DBS require a supplier to design, build and maintain the SOC that is compliant with / aligned to the NCSC guide on building a SOC encompassing: the operating model; onboarding; detection; threat intelligence; and Security Incident response and management. The SOC must be available and operate 24 hours a day, 7 days a week (at all times). More information about DBS and its operations can be found at: Disclosure and Barring Service - GOV.UK (www.gov.uk).

Katy Reed

Published 1 week ago
Open

HCC - 10/25 - PROVISION AND MAINTENANCE OF NHS HEALTH CHECKS SOFTWARE

Hertfordshire County Council is currently out to procurement for the Provision of Maintenance of NHS Health Checks Software A PME exercise was carried out in March 2025 for a joint smoking and health check procurement. Notice identifier: 2025/S 000-011121. It was later agreed to carry out two separate procurements. The Contract has not been split into lots as the Council is purchasing one solution to be managed by one central team, the service purchased will fulfil all our requirements and it is not reasonably practicable for it to be supplied by more than one Supplier. The Council will procure this contract using the Competitive Flexible Procedure as defined in the Procurement Act 2023, which will allow us to run a multistage procurement process, the process will be as follows: Stage 1 - Tenderers will complete the Response Document (including the pricing schedule) and submit in line with the deadlines outlined in section 2 of the Instructions to tenderers document. Stage 1 is split into 3 parts. All Tenderers are required to pass Part 1 and Part 2 (bid forms 1 – 8) before proceeding to be evaluated and moderated at Part 3 – Award Criteria. Stage 2 - The top three Tenderers based on scores from Bid Forms 9 to 11 (Part 3 - Award) will advance to Stage 2, where they will be invited to demonstrate their system (bid form 12). Tenderers should be aware that the Council may raise clarifications based on your quality response before the top scoring Tenderers are invited to Stage 2. Once Stage 2 is completed, the Council will collate all scores for stages 1 and 2 and the Council will award the Contract to the highest scoring organisation in terms of the stated award criteria. Full details of the requirement and context of the procurement can be found in the Service Specification contained within the Contract Document. Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 28th November 2025 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: [email protected] or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00. The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result. As per the Procurement Act 2023, the Council reserves the right during the Award phase of this procurement exercise to: - Amend the stages of the Competitive Flexible Procedure where further stages are required to come to a fuller understanding between parties of the scope or requirement or other such necessary elements. Amend the specification Define or refine sub-weightings, particularly for price if it is not possible to fix costs for significant element(s). Any amendments will be communicated in full to all Tenderers.

Katy Reed

Published 1 month ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

The minister for the cabinet office acting through Crown Commercial Service

[email protected]

+44 345 410 2222

Timeline active

Publish
Bid
Evaluate
Award
Complete