Contract notice

Information

Published

Date of dispatch of this notice: 19/07/2021

Expire date: 26/08/2021

External Reference: 2021-233129

TED Reference: 2021/S 141-374323

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Brian O'Mahoney
Telephone: +353 012222990
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=193547&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Party Framework Agreement for the Provision of a Security Support Service
Reference number:  IT Security Services
II.1.2)

Main CPV code

72222300  -  Information technology services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council (DCC) wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the Provision of a Security Support Service. DCC invites tenders for the Provision of a Security Support Service on a drawdown basis. The successful tenderer will primarily provide senior ICT security professional services and security services in order to provide high level advice/services on security matters, engage with senior management and staff to promote security awareness, develop security policy and strategy within the organisation and assist with the management of critical security incidents should they arise. Other parties eligible to participate in this agreement include all other Dublin Local Authorities, South Dublin County Council, Dún Laoghaire-Rathdown County Council and Fingal County Council.
II.1.5)

Estimated total value

Value excluding VAT: 1800000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48730000  -  Security software package
48731000  -  File security software package
48732000  -  Data security software package
71600000  -  Technical testing, analysis and consultancy services
71621000  -  Technical analysis or consultancy services
72100000  -  Hardware consultancy services
72150000  -  Computer audit consultancy and hardware consultancy services
72212730  -  Security software development services
72212731  -  File security software development services
72212732  -  Data security software development services
72220000  -  Systems and technical consultancy services
72223000  -  Information technology requirements review services
72227000  -  Software integration consultancy services
72228000  -  Hardware integration consultancy services
72246000  -  Systems consultancy services
72266000  -  Software consultancy services
72600000  -  Computer support and consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council (DCC) wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the Provision of a Security Support Service. The framework period will be for four years. However, contracts may be awarded which extend beyond the lifetime of the Framework. An initial contract will be awarded for a period of two years with an option to extend for four further periods of 12 months, at the sole discretion of Dublin City Council.
DCC invites tenders for the Provision of a Security Support Service on a drawdown basis. The successful tenderer will primarily provide senior ICT security professional services and security services in order to provide high level advice/services on security matters, engage with senior management and staff to promote security awareness, develop security policy and strategy within the organisation and assist with the management of critical security incidents should they arise.
Other parties eligible to participate in this agreement include all other Dublin Local Authorities, South Dublin County Council, Dún Laoghaire-Rathdown County Council and Fingal County Council.
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: 1800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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)

Conditions related to the contract

III.2.2)

Contract performance conditions

Quality of service, availability of suitably qualified engineers/personnel to provide the service for the duration of the contract will be the main criteria for measuring performance. It is expected that the successful tenderer(s) will take a proactive role in monitoring performance with a view to making appropriate recommendations where necessary.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  26/08/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
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)
IV.2.7)

Conditions for opening of tenders

Date:  26/08/2021
Local time:  12:00
Place:  
Dublin City Council, Civic Offices, Wood Quay, Dublin 8
Information about authorised persons and opening procedure:  
The date and time for opening tenders set out above may change at the discretion of Dublin City council.

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

Additional Information – Dublin City Council
1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Acts.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
4. 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.
5. Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
6. The framework agreement is primarily for use by the Information Services Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 194714 Queries must be in question format. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 16/08/2021 before 12:00 noon Irish Time to enable issue of responses to all interested parties.
9. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000