II.1)
Scope of the procurement
Integrated Governance, Risk &Compliance (GRC) SaaS Solution
Reference number:
SS\CON\6514
72000000
-
IT services: consulting, software development, Internet and support
Services
II.1.4)
Short description
The Contracting Entity intends to procure a framework agreement for the provision of implementation, Licencing, Support and Maintenance services, for an integrated Governance, Risk & Compliance (GRC) SaaS solution.
Background
The integrated GRC solution will enable simplification, automation and integration of ESB’s Governance, Risk and Compliance activities. These will include the following:
1. Enterprise Risk Management
2. Governance, Internal Control & Operational Risk Management
3. IT Risk Management
4. Cyber Security Risk Management
5. Policy Management
6. Third party Cyber Security Risk Management
7. Business Continuity Management
8. Audit Management
9. Incident and investigation management and reporting
10. Ethics Management & Compliance Management (This is an optional capability)
Full details contained in the Pre-Qualification Questionnaire document: Section A.1.1 General Description of the Proposed Contract
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
maximum number of lots: 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
ESB is initially seeking to procure a fully integrated IT solution in the form of SaaS, that ideally will consist of all of the 5 lots.
However, depending on the evaluation of Responses to the Tender, a contract may be awarded for a solution of fewer than 5 lots, in any combination or potentially for none of the lots.
Business-wide Governance Risk & Compliance (GRC)
Lot No:
1
II.2.2)
Additional CPV code(s)
72000000
-
IT services: consulting, software development, Internet and support
II.2.3)
Place of performance
II.2.4)
Description of the procurement
A scalable integrated SaaS solution to support end-to-end standard GRC processes to include at least the following:
a. “Governance” monitoring:
· Attestation process capability to include:
· automatic workflows; summary view (dashboard) of attestation responses (different levels);
· ability to attach, (associate) documents incl. Risk and Control/Treatment Registers to workflows
· attestation metrics (no. of responses within date range, non-respondents etc.)
· capability to run multiple attestations simultaneously
· An easily accessible library of relevant company policies / procedures / processes / role documentation and related documents
· ethics management (optional)
b. Enterprise Risk Management process:
· capturing risks and Controls/Treatments throughout the organisation and cascading upwards & providing summary views;
· an Enterprise-Level “Principal/Strategic Risk” process, supporting the updating/attestations to updates of Principle Risks (automatic workflows, dashboards etc.)
· Metrics on individual Risks, Risk ranking, Mitigations/Controls, Residual Risks and Assurance, Risk and Control Owners; also providing an integrated view of multiple instances and interdependencies
· automatic workflows; summary view of completions and reviews/sign-offs
· Incident management, escalation and reporting
· Incident data uploading capability
c. Compliance (optional)– support for Legal/Regulation/Policy Compliance assurance processes –
· capture of Compliance Risk universe and ranking;
· compliance policies & policy management;
· compliance assurance processes and associated timelines/ cycle frequency;
· compliance reporting functionality;
· Compliance Test Plan
· automatic workflows; summary view of completions and reviews/signoffs
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
60
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 60 months with one optional 36 month extension, and one further optional 24 month extension for a maximum contract of 120 months subject to satisfactory performance. The agreement will be subject to regular operational review.
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
Please consult the associated documentation, which contains full instructions
regarding the submission of responses and is available to download from
www.etenders.gov.ie using RFT ID 219315
Audit Management & Fraud Incident Management
Lot No:
2
II.2.2)
Additional CPV code(s)
72000000
-
IT services: consulting, software development, Internet and support
II.2.3)
Place of performance
II.2.4)
Description of the procurement
• Audit Management System to manage and automate audit process workflow, including workpaper documentation, issue tracking and reporting for third line internal audit and second line audit functions.
• The solution should cater for multiple audit functions (both second and third line) to separately manage and have a segregated view of their audit activities for each of the following use cases:
o Audit Universe Management
o Audit Plan Scheduling & Resourcing
o Individual Audit Planning and Execution
o Automated Issue/Action Tracking & Follow up
o Dashboard, KPI and Ad-hoc Reporting and Analysis
• Incident Management & Reporting system to centrally track and report on highly confidential information relating to incidents and associated investigations of suspected fraud and protected disclosures across multiple separate business functions.
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
60
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 60 months with one optional 36 month extension, and one further optional 24 month extension for a maximum contract of 120 months subject to satisfactory performance. The agreement will be subject to regular operational review.
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
Please consult the associated documentation, which contains full instructions
regarding the submission of responses and is available to download from
www.etenders.gov.ie using RFT ID 219315
Cyber Security Risk, Third Party & Policy Compliance Management
Lot No:
3
II.2.2)
Additional CPV code(s)
72000000
-
IT services: consulting, software development, Internet and support
II.2.3)
Place of performance
II.2.4)
Description of the procurement
(i) A scalable integrated Cybersecurity Risk Management solution to support and deliver cybersecurity risk assessments, cybersecurity policy management and compliance & third-party cybersecurity risk management (TPCRM)
(ii) The Integrated Cybersecurity Risk Management solution will provide KPI monitoring/reporting, scorecards and dashboards, external data integration and performance metrics
(iii) The requirement is to support and deliver the Integrated Risk Management solution across the following use cases
o Cybersecurity risk management & assessments
Provide a standard library for the selection of standard cybersecurity control frameworks
o Cybersecurity policy management including:
Policy lifecycle management
Policy exemption management
Policy attestations
o Third party cybersecurity risk management & assessments including:
Integration with a provided external 3rd party cybersecurity ratings services to support ongoing third-party risk screening
Cybersecurity compliance assessments based on industry standard cybersecurity frameworks
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
60
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 60 months with one optional 36 month extension, and one further optional 24 month extension for a maximum contract of 120 months subject to satisfactory performance. The agreement will be subject to regular operational review.
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
Please consult the associated documentation, which contains full instructions
regarding the submission of responses and is available to download from
www.etenders.gov.ie using RFT ID 219315
Business Continuity Management / Business Impact Assessment
Lot No:
4
II.2.2)
Additional CPV code(s)
72000000
-
IT services: consulting, software development, Internet and support
II.2.3)
Place of performance
II.2.4)
Description of the procurement
The tool will provide the following:
• Business Impact Assessments, Continuity Risk assessments
• Business Continuity & Crisis Management Plans
• Ability to map Interdependencies
• Enable the planning Exercises & Tests-helps to validate the plan content and identify weaknesses and areas for improvement before a real disaster occurs.
• Dash Board and Reporting KPIs
• We may at some future point seek Emergency Mass Notification System (EMNS) capability, but we do not intend to score based on this capability (Optional)
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
60
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 60 months with one optional 36 month extension, and one further optional 24 month extension for a maximum contract of 120 months subject to satisfactory performance. The agreement will be subject to regular operational review.
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
Please consult the associated documentation, which contains full instructions
regarding the submission of responses and is available to download from
www.etenders.gov.ie using RFT ID 219315
IT Governance & Risk Management
Lot No:
5
II.2.2)
Additional CPV code(s)
72000000
-
IT services: consulting, software development, Internet and support
II.2.3)
Place of performance
II.2.4)
Description of the procurement
• The IT Risk Management Software System solution is required to deliver the following capabilities:
• The Integrated Risk Management software solution will provide KPI monitoring/reporting, scorecards and dashboards, external data integration and performance metrics for IT risk
• The Integrated Risk Management software product must be a cloud-based SaaS and be fully scalable (for future expansion if necessary), e.g., the system must be able to cater for an increase in users, volumes of users logged in concurrently, and increasing data storage or processing power as required in future
• The requirement is to support and deliver the Integrated Risk Management solution across the following:
• Overall IT Risk Management
• IT Activity/Process Risk management
• Cybersecurity risk management (as above)
• Policy Management
• Compliance Risk Management
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
60
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 60 months with one optional 36 month extension, and one further optional 24 month extension for a maximum contract of 120 months subject to satisfactory performance. The agreement will be subject to regular operational review.
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
Please consult the associated documentation, which contains full instructions
regarding the submission of responses and is available to download from
www.etenders.gov.ie using RFT ID 219315