CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: Norway
OJEU Ref: (2017/S 220-458335/EN)
Nature of contract: Service contract
Regulation of procurement: European Economic Area (EEA) – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Norges Bank
National registration number: 937 884 117
Postal address: Bankplassen 2
Town: Oslo
Postal code: 0107
Country: Norway
Contact Person: Michelle von der Fehr
Email: NBIMMSSPTender@nbim.no
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Other type: Central Bank
I.5) Main activity
Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: NBIM — Procurement of Managed Security Services (MSSP).

Reference number: 201711
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract: Services
II.1.4) Short Description: Norges Bank Investment Management’s (NBIM) main objective for this RFP is to award a contract to one provider for the delivery of Managed Security Services including related professional services. The tenderes should note that the scope of the services will, within the boundaries of the procurement law, be adapted during the negotiations and during the term of the agreement, to best suit NBIM’s needs. Please note that the value of the procurement should only be considered as an estimate and should not in any way be considered binding by NBIM, and thus the actual contract value may be higher or lower. For further description please refer to the RFP.
II.1.5) Estimated total value:
Value excluding VAT: 165000000.00 Currency: NOK
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
48730000, 48731000, 48732000, 72212730, 72212731, 72212732, 32580000, 48151000, 50312310, 72300000, 72316000, 72319000, 72220000, 72266000, 72600000, 50312610, 50324100, 72267100

II.2.3) Place of performance
Nuts code: UKI, NO011
Main site or place of performance:
Oslo.

II.2.4) Description of the procurement:
NBIM will enter into a service agreement with one provider for the delivery of Managed Security Services including related professional services. The agreement will give NBIM the right to make changes in the services during the contract period. NBIM is a global organisation with approximatly 500 employees in five offices — Oslo, New York, London, Singapore and Shanghai. Due to the asset management processes, including trading and settlements, there are high requirements related to the avaliability, security and performance of the operations. The tenderers should note that the scope of the services will, within the boundaries of the procurement law, be adapted during the negotiations and during the term of the agreement, to best suit NBIM’s needs. To support the cyber security evolution, NBIM seeks to procure specialised managed security services (MSS), hereunder, but not limited to:
— 24/7/365 Security Monitoring and Detection
— Security Operations Centre
— Incident Response
— Vulnerability assessment, Security configuration assessment (SCA) and Integrity monitoring
— Threat intelligence
— Management of provided technology an tools
— Insider threat detection
— Endpoint detecton and response tool (EDR)
— Related professional services.
The market for managed security services is constantly evolving with new services emerging and extisting services being retired. This makes it difficult for NBIM to specify an exhaustive list of services up front. Thus the scope of the services will, within the boundaries of procurement law, be adapted during the negotiationg and during the term of the agreement, to best suit NBIM’s needs.
For further description please refer to the RFP.
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:
Value excluding VAT: 165000000.00 Currency: NOK
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewalyes Description of renewals:The agreement term includes an establishment phase. The agreement shall be for a three years as of the commencement date for regular operations. The agreement shall thereafter be automatically renewed for a term of one year at a time, unless terminated. The maximum term including renewal from the commencement date is six years. (3+1+1+1).

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: NBIM will choose the best qualified providers based on the response to the qualification criteria no. 4, the candidate’s experience. Please refer to the RFP for further description.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The possibility for renewal of the agreement 1+1+1 years after the first three years. Please see II 2.7.

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: The providers are required to pass a security screening and sign a NDA in order to get access to the RFP. As certain parts of the RFP contain highly confidential information, and in order to protect NBIM’s security interests. NBIM will perform the security check after the provider has submitted its request for obtaining the RFP, and will inform the provider on the result within a few days.

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:The participant shall be a legally established company
Norwegian companies only:
The participant shall be in compliance with Norwegian rules and regulations regarding tax payments and VAT payments.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiationsIV.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: 2017-12-20 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2017-12-28
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2018-06-30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:Every 6. years or earlier.
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Official name: Norges Bank
Town: Oslo
Country: Norway

VI.4.2) Body responsible for mediation procedures
Official name: Oslo tingrett
Town: Oslo
Country: Norway

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
There wil be a standstill period of 10 days form the award to the agreement is signed.

VI.5) Date of dispatch of this notice:2017-11-14


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 26, 2024

United Kingdom-Glasgow: DA Matters Training

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-013440/EN) Nature of contract: Service contract Procedure: Not applicable Modification of a contract/concession during

April 26, 2024

Provision of Site Security Services

Type of document: Contract Notice Country: United Kingdom 1. Title: PROVISION OF SITE SECURITY SERVICES 2. Awarding Authority: Newport City Council, Procurement Department,