Local Government Cyber Incident Reponse

Award

Value

£18,500,000

Suppliers

Classifications

  • Information technology services

Tags

  • award

Submission Deadline

10 months ago

Published

3 months ago

Description

The Ministry of Housing, Communities and Local Government (MHCLG) require a Cyber Incident Response (CIR) service to operate on behalf of the local government sector. MHCLG are looking to ensure that English local authorities receive support to respond to the most sophisticated and bespoke cyberattacks. MHCLG will use the National Cyber Security Centre's (NCSC's) framework for classifying incidents to activate the service at C3 and above, or at a lower level as MHCLG see necessary.  

To align this approach with other government departments and the advice of the NCSC (that all UK organisations use an NCSC-assured Cyber Incident Response provider when dealing with cyber incidents) a NCSC Assured Service Provider (ASP) is required.

The supplier will work with MHCLG to introduce the service to local government, and we will look to integrate the service into existing incident management processes for 24/7 access. 

Local authorities will report incidents to the NCSC and once the NCSC have categorised the incident and the threshold for service activation is met, or MHCLG approve a below threshold activation, local authorities will be eligible to receive incident response support. 

The contract will be for one-year, with the option to extend for up to four additional years in one-yearly increments. 

MHCLG will appoint two suppliers. Service activation will rotate between these. In the instance of an event impacting many local authority organisations at once, both suppliers may be deployed.

Additional information: This contract is a call off from the Crown Commercial Service RM3764.3 Cyber Security Services 3 DPS.

Similar Contracts

Open

Home Office English Language Testing (HOELT) Services

The Home Office English Language Test (HOELT) Programme vision is to deliver a best-in-class language testing service, underpinned by automation and efficiency to enable critical UK Visa and Immigration decision making. To do this, we need to deliver a secure, accessible and fair English Language Testing service for our customers.   This procurement seeks a fully remote language testing service, balancing continuity with improvements and transformation. HOELT will move to a digital-by-default approach, while upholding the rigorous standards necessary to support our immigration decisions. The successful provider will deliver a service that combines technological innovation with security assurance, enabling customers to demonstrate their English language skills with confidence and convenience throughout their UK immigration journey.  Overview of the Service: The Supplier shall provide a fully managed Remote Testing service.  HOELTs shall be delivered securely in any location where the Customer chooses to take the test, provided secure test conditions are met.  The HOELTs shall be available in two formats:   2-Facet: Speaking and Listening (A1 to C2)   4-Facet: Speaking, Listening, Reading, and Writing (A1 to C2)  The HOELT Fees shall be regulated, as determined by the Authority. All HOELT scores shall map clearly to CEFR levels A1 to C2, as published by the Council of Europe.  Authority recognises that there is significant uncertainty regarding future demand for English Language Testing (ELT) services in each country and location, the advertised contract value must be concidered in this context. This uncertainty arises from a combination of factors, including:  Ongoing changes to UK immigration policy following the Immigration White Paper;  The transition to a new contracting model for the delivery of ELT services;  Broader external influences such as global events, geopolitical developments, environmental disruptions, and demographic shifts.  Given this context, the Authority is unable to provide indicative forecasts or guarantees regarding future test volumes. The Service must therefore be demonstrably scalable and responsive to fluctuations in demand, both increases and decreases. The Supplier shall proactively manage changes in demand and demonstrate flexibility in adapting to evolving Service requirements throughout the Term. Please note, five Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. Links to the notices published in relation to the market engagement are below for further information: RFI 1: https://www.find-tender.service.gov.uk/Notice/027422-2024 RF 2: https://www.find-tender.service.gov.uk/Notice/035979-2024 RFI 3: https://www.find-tender.service.gov.uk/Notice/014337-2025 RFI 4: https://www.find-tender.service.gov.uk/Notice/036839-2025 RFI 5: https://www.find-tender.service.gov.uk/Notice/054810-2025

Katy Reed

Published 5 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete