Contract notice

Information

Published

Date of dispatch of this notice: 18/08/2015

Expire date: 29/09/2015

External Reference: 2015-792608

TED Reference: 2015/S 162-296954

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
2  Dublin
IE
Contact point(s): Mark Bradwell
For the attention of: Mark Bradwell
Telephone: +353 18798300
E-mail: mark.bradwell@nationaltransport.ie
Fax: +353 18798333
Internet address(es):
General address of the contracting authority: http://nationaltransport.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/1149
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=92038&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=92038&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

National or federal agency/office
I.3)

Main activity

  • Education
  • Other: Transport
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Provision of a Security Information and Event Management (SIEM) Solution

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No7:  Computer and related services
    Main site or location of works, place of delivery or of performance:

    Dublin

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Over the past number of years the Authority has implemented a number of

    systems capable of implementing and managing aspects of the overall IT security

    of the ICT infrastructure, and each one is generating its own specific logs. To

    date, the Authority has relied on a combination of syslog, individual management

    stations, and various disparate security solutions to monitor the threat landscape

    within the Authority, however this is becoming increasingly difficult. The Authority

    now wishes to consolidate all Log Management and Monitoring into a SIEM

    solution, providing Security Incident Detection, Compliance Monitoring &

    Reporting and operational Log Management and Troubleshooting. The Authority

    also wishes to put in place a managed service for a Security Operation Centre

    based on the SIEM tool.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    72300000   Data services
    Supplementary vocabulary
    30210000   Data-processing machines (hardware)
    30236200   Data-processing equipment
    32580000   Data equipment
    35721000   Electronic intelligence system
    44316400   Hardware
    48613000   Electronic data management (EDM)
    48732000   Data security software package
    51611100   Hardware installation services
    64216200   Electronic information services
    72310000   Data-processing services
    72311100   Data conversion services
    72313000   Data capture services
    72314000   Data collection and collation services
    72316000   Data analysis services
    72321000   Added-value database services
    72322000   Data management services
    72330000   Content or data standardization and classification services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Over the past number of years the Authority has implemented a number of systems capable of implementing and managing aspects of the overall IT security of the ICT infrastructure, and each one is generating its own specific logs. To date, the Authority has relied on a combination of syslog, individual management stations, and various disparate security solutions to monitor the threat landscape within the Authority, however this is becoming increasingly difficult. The Authority now wishes to consolidate all Log Management and Monitoring into a SIEM solution, providing Security Incident Detection, Compliance Monitoring & Reporting and operational Log Management and Troubleshooting. The Authority also wishes to put in place a managed service for a Security Operation Centre based on the SIEM tool.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 024 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    As set out in the tender documents.

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    As set out in the tender documents.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    As set out in the tender documents.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As set out in the tender documents.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    As set out in the tender documents.

    Minimum level(s) of standards possibly required:

    As set out in the tender documents.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    As set out in the tender documents.

    Minimum level(s) of standards possibly required:

    As set out in the tender documents.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    29.09.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    EN
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 006 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    To receive more information about this tender, including any amendments and/ or clarifications and to request any clarifications and/ or to respond to this tender, you must register your interest in this tender on the following site:

    https://irl.eu-supply.com

    The contracting authority reserves the right to terminate the process at any time or to change the basis of, or the procedures for, the competition. The most economically advantageous or any tender will not necessarily be accepted.

    The contracting authority is subject to the Freedom of Information Acts 1997 and 2003. Tenderers shall state if any information supplied by them in response to this notice is confidential or commercially sensitive or should not be disclosed in response to a request for information under the aforementioned Acts. Tenderers must state why they consider the information to be confidential or commercially sensitive. The contracting authority will comply with any obligation to consult with any tenderer about sensitive information before making a decision on any Freedom of Information request received.

    The contracting authority accepts no liability for any costs and/or expenses incurred by any tenderer in connection with the competition (including costs of tendering and/or attending at interview, if required).

    Tenders may be accepted in whole or in part. The acceptance of any tender will be subject to certain pre-conditions, including the requirement to provide tax clearance documentation and evidence that required insurances are in place.

    The contracting authority reserve the right, in accordance with Regulation 32(5)(f) of the European Communities (Award of Public Authorities‘ Contracts) Regulations 2006, to award new services to the successful tenderer in this competition.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court of Ireland
    Four Courts, Ground Floor (East Wing), Inns Quay
    7  Dublin
    IE
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Fax: +353 18886087
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Interested parties are referred to the provisions of the European Communities (Public Authorities‘ Contracts) (Review Procedures) Regulations 2010, in particular Regulation 7.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained