Contract notice

Information

Published

Date of dispatch of this notice: 18/10/2021

Expire date: 22/11/2021

External Reference: 2021-284210

TED Reference: 2021/S 206-538122

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Central Bank of Ireland
N/A
PO Box 559
Dublin 1
New Wapping Street,
IE
Contact person: Anthony Flood
Telephone: +353 012246052
NUTS code:  IE -  IRELAND
Internet address(es):
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=199725&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

Body governed by public law
I.5)

Main activity

Economic and financial affairs

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Expert Cyber Threat Intelligence Consultant services
Reference number:  2021P080
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 Central Bank has a requirement for the provision of specialised cyber threat intelligence services from a strategic partner. The successful Tenderer shall be required to provide an expert cyber threat intelligence consultant resource to join the Cyber Resilience team at the Central Bank to support cyber threat intelligence requirements and CIISI-IE.
See ITT attached to this eTenders notice for full details of the requirements - Ref 200525
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

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 Central Bank has a requirement for the provision of specialised cyber threat intelligence services from a strategic partner. The successful Tenderer shall be required to provide an expert cyber threat intelligence consultant resource to join the Cyber Resilience team at the Central Bank to support cyber threat intelligence requirements and CIISI-IE.
See ITT attached to this eTenders notice for full details of the requirements - Ref 200525
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The duration of the Framework Agreement is intended to be for three years, although the Central Bank has the right to terminate it earlier. The Central Bank also has the right to extend the duration of the Framework Agreement by any period or series of periods up to a total of 12 months, so that the Framework Agreement may ultimately have a maximum total duration of four years.
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: yes
Identification of the project: 2020 CEF Telecom Call - Cybersecurity (CEF-TC-2020-2)
II.2.14)

Additional information

See ITT attached to this eTenders notice for full details of the requirements - Ref 200525

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.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/11/2021
Local time:  12:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  22/11/2021
Local time:  12:00

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
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
8
IE
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out at section 7 of the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations SI 130/2010, as amended