Servicios TI: consultoría, desarrollo de software, Internet y apoyo

DYNAMIC PURCHASING SYSTEM Qualification MANAGED EXTENDED DETECTION AND RESPONSE SERVICE

The vision of this service is to effectively and consistently have the capability to unify the cyber incident response across multiple HSE organisational constructs. This allows HSE to have defined centralised management and accountability for handling cyber incidents within the HSE. Expected benefits include but not limited to; • Improved …

CPV: 48730000 Paquetes de software de seguridad, 48731000 Paquetes de software de seguridad de archivos, 48732000 Paquetes de software de seguridad de datos, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72212730 Servicios de desarrollo de software de seguridad, 72212731 Servicios de desarrollo de software de seguridad de archivos, 72227000 Servicios de consultoría en integración de software, 72246000 Servicios de consultoría en sistemas, 73431000 Ensayo y evaluación de equipos de seguridad
Plazo:
29 de noviembre de 2029 a las 00:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
DYNAMIC PURCHASING SYSTEM Qualification MANAGED EXTENDED DETECTION AND RESPONSE SERVICE
Organismo adjudicador:
Health Service Executive HSE
Número de premio:

Ireland-Kildare: IT services: consulting, software development, Internet and support

2023/S 191-598182

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Health Service Executive HSE
Postal address: Oak House, Millennium Park Naas Co. Kildare
Town: Kildare
NUTS code: IE Éire / Ireland
Postal code: RE
Country: Ireland
E-mail: procurement.helpdesk@hse.ie
Internet address(es):
Main address: https://www.etenders.gov.ie
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.etenders.gov.ie
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.etenders.gov.ie
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.etenders.gov.ie
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health

Section II: Object

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

DYNAMIC PURCHASING SYSTEM Qualification MANAGED EXTENDED DETECTION AND RESPONSE SERVICE

II.1.2) Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3) Type of contract
Services
II.1.4) Short description:

The vision of this service is to effectively and consistently have the capability to unify the cyber incident response across multiple HSE organisational constructs. This allows HSE to have defined centralised management and accountability for handling cyber incidents within the HSE. Expected benefits include but not limited to; • Improved ability to detect and respond to cybersecurity events. • Improved resilience against cyber-attacks. • Alignment with the cyber defence strategy. • Enables the business to deliver on the wider eHealth strategy The key components of the Managed Extended Detection and Response service are: 1. Proactively detect and respond to potential security threats before they can cause significant harm to the HSE 2. Minimize the risk of data breaches and other security incidents by identifying and responding to potential security threats in a timely manner 3. Improve the HSE's cybersecurity posture, enhance the organization’s ability to protect sensitive data and comply with relevant regulations 4. Provide regular reporting and communication to stakeholders on the current state of the organization's cybersecurity posture. This helps ensure that all stakeholders are aware of any potential threats and are taking appropriate action to mitigate them

II.1.5) Estimated total value
Value excluding VAT: 60 000 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
72212730 Security software development services
72212731 File security software development services
73431000 Test and evaluation of security equipment
48730000 Security software package
48731000 File security software package
48732000 Data security software package
72246000 Systems consultancy services
72227000 Software integration consultancy services
II.2.3) Place of performance
NUTS code: IE Éire / Ireland
II.2.4) Description of the procurement:

The vision of this service is to effectively and consistently have the capability to unify the cyber incident response across multiple HSE organisational constructs. This allows HSE to have defined centralised management and accountability for handling cyber incidents within the HSE. Expected benefits include but not limited to; • Improved ability to detect and respond to cybersecurity events. • Improved resilience against cyber-attacks. • Alignment with the cyber defence strategy. • Enables the business to deliver on the wider eHealth strategy The key components of the Managed Extended Detection and Response service are: 1. Proactively detect and respond to potential security threats before they can cause significant harm to the HSE 2. Minimize the risk of data breaches and other security incidents by identifying and responding to potential security threats in a timely manner 3. Improve the HSE's cybersecurity posture, enhance the organization’s ability to protect sensitive data and comply with relevant regulations 4. Provide regular reporting and communication to stakeholders on the current state of the organization's cybersecurity posture. This helps ensure that all stakeholders are aware of any potential threats and are taking appropriate action to mitigate them

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: 60 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 30/11/2023
End: 29/11/2029
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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:

As stated in the procurement Documents

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

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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: 29/11/2029
Local time: 00:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: The High Court
Town: Dublin
Country: Ireland
VI.5) Date of dispatch of this notice:
29/09/2023