IT services: consulting, software development, Internet and support (Норвегия - Тендер #45263964) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: SYKEHUSINNKJØP HF Номер конкурса: 45263964 Дата публикации: 22-08-2023 Источник тендера: Единая система закупок Европейского союза TED |
||
Qualification: Security partner Hemit Trust
Reference number: 2022/1254The purpose of the procurement is to engage a security partner within ICT security that will strengthen the Contracting Authority"s ability to identify, protect against and respond to threats and vulnerabilities related to infrastructure, network systems, applications and other digital resources.
Click https://permalink.mercell.com/209960572.aspx
The procurement includes consultancy services, IT security monitoring services, incident management support and any new security products that are important for detecting and managing unwanted incidents. The Security Partner must provide 24/7 security monitoring (SOC) including detection and active response, early warning of security incidents and threats, IRT, vulnerability scanning of external and internal endpoints, security testing of web applications, and conducting threat analysis and investigations as needed. The contracting authority expects the Security Partner to provide continuous follow-up, status, recommendations and improvements.
The Security Partner will be responsible for setting requirements for the Contracting Authority"s security work.
Through a strategic partnership with a trusted security service provider, the Contracting Authority shall achieve the following:
- The Security Partner must help to identify and manage vulnerabilities, threats and risks related to the ICT infrastructure, network systems and applications. The Tenderer"s expertise and use of the latest methods and technologies will help to achieve the best possible protection.
- The Security Partner will be responsible for continuously monitoring the Contracting Authority"s ICT infrastructure to identify potential threats, unusual activity or attacks. This is done by giving the security partner access to various log sources via the contracting authority"s Splunk solution and events and alerts in the contracting authority"s defender portals. The contracting authority also has a system for mirroring network traffic. It is therefore preferable that the tenderer can deliver a service (IDS/NDR) that can use this to detect and notify of unwanted activity. The Security Partner must be able to react quickly and recommend the necessary measures to limit the extent of damage, restore normal operations and prevent future security incidents.
- The Security Partner will assist the Contracting Authority in complying with security standards, laws and regulations. It will also provide advice and guidance on how the Contracting Authority can best utilise existing security products and solutions to achieve the best possible protection, as well as customer follow-up at strategic, tactical and operational levels. Consultancy from the Tenderer will help the Contracting Authority to make informed decisions about security investments and strategies.
- The Security Partner will contribute to increasing the Contracting Authority"s expertise and understanding of threats at both the strategic and operational levels.
- The Security Partner must actively assist the Contracting Authority with various support functions during and after any undesirable incidents.
Replacing existing security products is not desired, but rather building on what has already been established to the greatest extent possible.
It has been decided that the procurement falls under § 9-1 of the Security Act as a security classified procurement. It will therefore be necessary for the Tenderer to sign a security agreement with the Contracting Authority.
More info can be found in the SSA-D government standard contract.
The contract will be valid for 3 (three) years from the start-up date for ordinary operation. The contract will then be renewed automatically for 1 (one) year at a time, unless 6 (six) months" notice is given by the contracting authority, or 12 (twelve) months" notice by the Tenderer, before the renewal date.
Any selection amongst qualified tenderers for participation in the competition will be based on a total evaluation of which qualification applicants best fulfil the following qualification requirements for participation in the competition.
- Relevant experience (30%)
- Capacity and competence (70%)
When assessing the qualification requirement Relevant Experience, it will reflect positively if it appears that the Tenderer has been a proactive and active partner in its previous deliveries.
Tenderers must be registered in a company register or a trade register in the country where the tenderer is established. Documentation requirement: Company Registration Certificate
Tenderers must have sufficient economic and financial capacity to fulfil the contract.
Minimum level(s) of standards possibly required:Sufficient economic and financial capacity means that tenderers must have a credit rating of at least A or better, measured on AAA Soliditet"s scale, or an equivalent score from another reputable rating company. The contracting authority will obtain rating reports from www.solidtet.no (delivered by Bisnode Credit AS) to verify that the Tenderer has the sufficient economic and financial ability. Tenderers who cannot meet the requirement can alternatively prove their economic and financial capacity by other documentation, including, for example, a parent company guarantee, bank guarantee, etc. During the evaluation, the Contracting Authority will place emphasis on Tenderers who have profitable operations, positive cash flow in the last few years and positive equity. Newly started companies with a credit rating of AN, individual foreign companies or companies without a reporting obligation to the Brønnøysund Register Centre will not always be able to submit a credit rating as documentation that the qualification requirement is satisfied. In such cases, this can be compensated by providing alternative documentation together with the tender, annual accounts with the auditor"s report.
Capacity and competence.
Tenderers must have the organisational capacity to
to execute the contract (i.e.
sufficient staffing and the necessary
competence).
Relevant experience
Tenderers must have experience in the last five years from deliveries (minimum 3) of an equivalent nature, complexity, and scope as requested in this tender documentation.
Minimum level(s) of standards possibly required:Capacity and Competence:
a) Overview of the company"s total staffing, specified per location.
b) Overview of available competence/disciplines that the tenderer has, and the number of resources with competence within each discipline.
Relevant experience:
Detailed statement demonstrating that the tenderer
fulfils the elements of the qualification requirement.
The account must, as a minimum, include a description of the contractual relationship that the tenderer is or has been a party to, which proves fulfilment of the qualification requirement, including information on:
- the content and scope of the delivery
- the date of the delivery
- the value of the delivery
- Name of the contracting authority
- contact person at the contracting authority with
- contact info (telephone number and email address)
- the name of public or private co-contractor(s).
The attached Annex 2 Response Form for References must be used and each reference must not exceed 2 pages. The reference client must have written or approved the reference and the Contracting Authority reserves the right to
choose whether or not to contact person at the reference customer
.