Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 30/06/2021

External Reference: 2021-288142

TED Reference: 2021/S 127-338220

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: Stephen Lawton
Telephone: +353 17026836
NUTS code:  IE0 -  IRELAND
Internet address(es):
Main address: http://www.esb.ie

I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Supply and Support of ESB Checkpoint Firewall Infrastructure
Reference number:  SS\CON\4619
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 Contracting Entity intends to procure a contract for the Supply and Support of Checkpoint Firewall Infrastructure Services in the ESB There is an expectation that the applicant will be able to deliver this solution across the island of Ireland, UK and Europe.
The Checkpoint Firewall Infrastructure in ESB is composed of the various components as listed below: The contract will require support on the following devices.
• 2 x Checkpoint Appliance23500
• 4 x 12200 Next Generation Firewall
• 6 x Checkpoint Appliance 4400NGFW
• 40 x Checkpoint Appliance 2200
• 4 x 6500 Next Generation Threat Prevention Appliance
• 1 x CPSM-NGSM50-EVNT
• 8 x Checkpoint Security VE Gateway AZURE Gateway
It is envisaged that the contract will run for an initial period of 3 years with an option to extend for a further 2 years subject to satisfactory performance. The agreement will be subject to regular operational review.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The Contracting Entity intends to procure a contract to Supply and Support the Checkpoint Firewall Infrastructure Services in the ESB.
The successful provider must be a registered Checkpoint Gold Partner or higher.
ESB Enterprise Services is responsible for delivering strategic advisory and core business services to enable delivery by all Business Units of ESB’s Brighter Future Strategy. IP Networks who are part of Infrastructure Services within IT Delivery - Enterprise Services are solely responsible for the procurement, and support of the Checkpoint Firewall Infrastructure.
ESB’s existing Checkpoint Firewall infrastructure consists of two Management Servers running Checkpoint High availability software on Gaia. The enforcement modules operate on the Checkpoint platform running Gaia and Checkpoint NG R80.10.
Full hardware and software maintenance will be required for the devices supplied and for the devices already deployed
Over the lifetime of the contract, hardware appliances capable of running firewall security software and related security modules with associated licences may be required
The Checkpoint Smart Centre servers are in our Dublin based data centres. The enforcement modules are located at ESB sites throughout Ireland, United Kingdom and Europe.
Management of Checkpoint software licences for all devices and software modules is required.
The Checkpoint Software Support should provide the following services as a minimum:
• Ability to log support cases, 24 x 7
• Access to Certified Checkpoint Support Staff in the relevant discipline and protected support web sites
• Ability to log and track support cases with Checkpoint
• Telephone and e-mail support locally
• Facility to obtain on-site support if required
• Access for ESB staff to a secure portal / ftp site to transfer support files to aid troubleshooting of issues logged
• Ability to deliver remote interactive support sessions over the internet e.g. skype, WebEx etc
• Software support for the existing Checkpoint Gaia and Checkpoint NG R80.10 and any new security infrastructure deployed over the course of the contract will also be required
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 36 months with an option to extend after the initial period of up to 24 Months from the expiry of the initial period, for a total contract period of 60 Months.
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 refer to the individual instructions for submission
of
bids relevant to each tender issued via the system.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 207-506129
IV.2.9)

Information about termination of call for competition in the form of a periodic indicative notice

The contracting entity will not award any further contracts based on the above periodic indicative notice

Section V: Award of contract

Contract No: 1

Title: The Supply and Support of ESB Checkpoint Firewall Infrastructure

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

11/05/2021
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Integrity360
6420211 I
3rd Floor, Block D, The Concourse, Beacon Court,
Dublin
Sandyford
IE
Telephone: +353 12934027
NUTS code:  IE -  IRELAND

The contractor is an SME : no

Section VI: Complementary information

VI.3)

Additional information

1) Interested parties must register their interest on the eTenders website (http://www.etenders.gov.ie/) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (http://www.etenders.gov.ie/) only. Registration is free of charge. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties
2) This is the sole call for competition for this service.
3) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant.
6) If for any reason it is not possible to admit to the contract one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract, the contracting entity reserves the right to invite the next highest scoring tenderer to join the contract and/or deliver the contract as appropriate to the circumstances pertaining to said contract.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process at any time.
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases, it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
9) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
10) At Section II.2.9 we have indicated that 5 will be invited to tender, please note that the contracting entity reserves the right to invite at least 5, subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Not Applicable
Ireland
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Suppliers own legal advisor
Ireland
IE