Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Норвегии


Security software development services (Норвегия - Тендер #46040057)


Поделиться

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:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023090720231011 12:00Body governed by public lawContract noticeServicesCompetitive procedure with negotiationEuropean Economic Area (EEA), with participation by GPA countriesSubmission for all lotsThe most economic tenderHealth03C0203
  1. Section I
    1. Name and addresses
      SYKEHUSINNKJØP HF
      Postboks 40
      VADSØ
      9811
      Norway
      Telephone: +47 78950700
      E-mail: post@sykehusinnkjop.no
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      https://permalink.mercell.com/211663594.aspx
      Additional information can be obtained from the abovementioned addresselectronically via: https://permalink.mercell.com/211663594.aspx

    4. Type of the contracting authority:
      Body governed by public law
    5. Main activity:
      Health
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Qualification: Security partner Hemit Trust

        Reference number: 2022/1254
      2. Main CPV code:
        72212730
      3. Type of contract:
        Services
      4. Short description:

        The 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.

      5. Estimated total value:

      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        48730000, 48732000, 72000000, 72212732
      3. Place of performance:
      4. Description of the procurement:

        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.

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:

      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        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.

      8. Information about the limits on the number of candidates to be invited:
        Envisaged minimum number: 3
        Maximum number: 4
        Objective criteria for choosing the limited number of candidates:

        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.

      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: no
      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:
  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
        List and brief description of conditions:

        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

      2. Economic and financial standing:
        List and brief description of selection criteria:

        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.

      3. Technical and professional ability:
        List and brief description of selection criteria:

        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.

      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Competitive procedure with negotiation
    2. Information about a framework agreement or a dynamic purchasing system:
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
      The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-10-11
      Local time: 12:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
      Date: 2023-10-18
    4. Languages in which tenders or requests to participate may be submitted:
      NO
    5. Minimum time frame during which the tenderer must maintain the tender:
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
    3. Additional information
    4. Procedures for review
      1. Review body
        Øst-Finnmark tingrett
        Vadsø
        Norway
      2. Body responsible for mediation procedures

      3. Review procedure
      4. Service from which information about the review procedure may be obtained

    5. Date of dispatch of this notice
      2023-09-07

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Норвегия

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт

    Еще тендеры и закупки за эти даты

    12-09-2023 Refuse and waste related services.

    12-09-2023 Sewage, refuse, cleaning and environmental services.

    12-09-2023 Construction work.

    12-09-2023 Cleaning services.

    12-09-2023 Desktop computer.

    12-09-2023 Architectural, engineering and planning services.

    



    Copyright © 2008-2025, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru