Dienstleistungen - 70138-2023

03/02/2023    S25

Norway-Oslo: Data security software development services

2023/S 025-070138

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: STATENS PENSJONSKASSE FORVALTNINGSBEDRIFT
National registration number: 982583462
Postal address: Verkstedveien 1
Town: OSLO
NUTS code: NO Norge
Postal code: 0277
Country: Norway
Contact person: Trond Lyngaas
E-mail: trond.lyngaas@spk.no
Telephone: +47 22241725
Fax: +47 22241501
Internet address(es):
Main address: https://permalink.mercell.com/195723681.aspx
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/195723681.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/195723681.aspx
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Social protection

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Security monitoring, managed Security Operations Centre (SOC) services

II.1.2)Main CPV code
72212732 Data security software development services
II.1.3)Type of contract
Services
II.1.4)Short description:

The contracting authority wants to enter into a contract for security monitoring and support for incident management of security incidents in the Client's computing environment. The service shall be operative 24/7/365

Click here: https://permalink.mercell.com/195723681.aspx

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
48730000 Security software package
48732000 Data security software package
79417000 Safety consultancy services
II.2.3)Place of performance
NUTS code: NO081 Oslo
II.2.4)Description of the procurement:

The Client wishes to establish a model for security monitoring and incident management where the Supplier and the Client have a clear distribution of tasks related to the operational ICT service.

This means partnership with a Supplier that provides a Managed SOC service that ensures security monitoring while the Client undertakes vulnerability control and follow-up, and incident management.

The object of the procurement

The following shall be included in the Managed SOC service:

- Surveillance and monitoring - The Supplier receives and facilitates logs from the Client's computing environment and implements automated and manual processes to monitor the logs. 

- Threat detection - The Supplier works continuously to detect threats and security incidents, and notifies the Client thereof.

- Analysis - The Supplier presents analysis of incidents and malware, and offers analysis possibilities for tactical investigations of incidents to the Client. The chosen supplier must also offer an option for data visualisation and incident analysis for the Client.

Support to Incident Management - The suppler must offer incident management functions that enable incident response to be managed in collaboration with the Client, or, if needed, with the Client's collaboration partners and suppliers.

- Threat Intelligence - The tenderer must have capabilities to collect relevant threat information, threat analyses and management, and for threat modelling. It will also be necessary for the suppler to be able to consume threat intelligence delivered by Client. The Client also wants the Supplier to provide the following services when needed:

- Consultancy - The supplier must be able to provide consultancy services connected to best practice for security monitoring and incident management. The consultancy services shall be related to further development of the Client's security operations.

- Courses and skills upgrading - the Suppler must provide courses and skills upgrading connected to best practice for security monitoring and incident management.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

The contract period is 3 years, with an option for a further 2+2+1 years extension. The maximum contract period is 8 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

Implementation ability, experience and quality

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The contract period is 3 years, with an option for a further 2+2+1 years extension. The maximum contract period is 8 years.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Company registration certificate

III.1.2)Economic and financial standing
List and brief description of selection criteria:

The tenderer must have economic and financial solvency that gives the contracting authority the guarantee that the tenderer will have financial capacity to fulfil the contract obligations.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Implementation ability, experience and quality in accordance with the tender documentation, point 7.4.4

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 09/03/2023
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 11/05/2023
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:
31/01/2023