Security software development services (Норвегия - Тендер #46040057) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: SYKEHUSINNKJØP HF Номер конкурса: 46040057 Дата публикации: 12-09-2023 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 Hemit Trust"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/211663594.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.
See SSA-D annexes 1-10 for further details.
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 to participate in the contest will be
based on a total evaluation of which qualification applications best fulfil
the qualification requirements for participation in the contest: - Relevant experience (30%) - Capacity and
Competence (70%). When assessing the qualification requirement "relevant experience", it will be seen as positive
if a 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 the tenderer must have a credit rating
of at least A or better, measured on AAA Soliditet"s scale, or an equivalent score from another
other reputable credit rating agencies. The contracting authority will obtain a rating report itself from www.soliditet.no,
provided by Bisnode Credit AS in order to verify that the tenderer has sufficient economic and financial
capacity. Tenderers that cannot meet the requirement can, as an alternative, prove their economic and
financial capacity by other relevant documents, including, for example, with a
parent company guarantee, bank guarantee, etc. The contracting authority will, in their evaluation, amongst other things put weight on whether
tenderers have profitable operations, positive cash-flow in recent years, and positive equity. Recently established
companies with a credit rating of AN, some foreign companies or companies without
a reporting obligation to the Brønnøysund Register Centre will not always be able to get a credit rating as
documentation that the qualification requirement is fulfilled. In such cases this can, however, be
compensated by submitting alternative documentation together with the tender, annual accounts with
the auditor’s report.
Capacity and competence. Tenderers must have the organisational capacity to fulfil the contract
(i.e., sufficient manpower and required competence). Relevant experience: Tenderers must, in
the last five years, have had experience from deliveries (minimum 3) of an equivalent nature, complexity, and
scope as that requested in this tender documentation.
Minimum level(s) of standards possibly required:Capacity and competence: a) An overview of the company"s total manpower, specified per
location. b) An overview of available competence/disciplines that the tenderer has, and the number of resources
with competence within each discipline. Relevant experience: A detailed account that proves
that the tenderer fulfils the elements in the qualification requirement. The account must, as a minimum, include a
description of the contractual relationship that the tenderer is or has been a part of, which proves fulfilment of
the qualification requirement, including information on: - The delivery"s content and scope - date
of the delivery - the delivery"s value - the name of the contracting authority - a contact person at the contracting authority
with - contact information (telephone number and email address). - the name of public or private
party/parties. The attached Annex 2 Reply Form References must be used and each individual
reference must not exceed 2 pages. The reference customer must have written or approved
the reference, and the contracting authority reserves the right to choose whether the contact person at
the reference customer is contacted or not.