Contract notice - utilities

Information

Published

Date of dispatch of this notice: 02/12/2021

Expire date: 12/01/2022

External Reference: 2021-226406

TED Reference: 2021/S 237-625577

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Paul Valentine
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=203260&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.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

IT Network and Security Equipment and Support Services
Reference number:  ENQEIR792
II.1.2)

Main CPV code

32400000  -  Networks
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

EirGrid has a requirement for the supply and delivery of IT Network and Security Equipment and Support Services to EirGrid Group's multiple sites based around the island of Ireland.
Candidates are invited to submit a qualification application for inclusion on the tender list for one or more or all of the applicable Lots in accordance with this PQQ.
EirGrid intends to establish a single supplier framework for each Lot.
II.1.5)

Estimated total value

Value excluding VAT: 11000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Cisco Network and Security Infrastructure and Ancillary Equipment
Lot No:  1
II.2.2)

Additional CPV code(s)

32413100  -  Network routers
32420000  -  Network equipment
32421000  -  Network cabling
32422000  -  Network components
32424000  -  Network infrastructure
32428000  -  Network upgrade
32580000  -  Data equipment
32581000  -  Data-communications equipment
50312600  -  Maintenance and repair of information technology equipment
50312610  -  Maintenance of information technology equipment
72222300  -  Information technology services
72267100  -  Maintenance of information technology software
72315100  -  Data network support services
72700000  -  Computer network services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Republic and Northern Ireland
II.2.4)

Description of the procurement

Provision of supply, support, maintenance (unless specified otherwise) and lifecycle management of:
• Cisco Routers
• Cisco Switches
• Cisco Wireless LAN Infrastructure
• Cisco Firewalls
• Cisco Web and Email Security Systems
• Cisco Network Management Systems (Cisco ISE, Prime and DNA Center)
• PRTG Monitoring Software – Supply Only
• PatchSee Network Cabling – Supply Only
• Datacentre Equipment (datacentre cabinets, cabinet power distribution and related accessories) – Supply Only
• Labelling Equipment (Brady brand specifically) – Supply Only
• Diagnostic Tools and Test Equipment – Supply Only
In additional to the above, this contract will include, but not be limited to, the provision of the following related services at all EirGrid locations
• Standard maintenance and lifecycle management of existing equipment
• Helpdesk services (24x7)
• Remote and on-site support (24x7)
• 24 x 7 Emergency call-out service (Engineer on-site within 5 hours)
• Provision and installation of replacement and spare parts
• Software and hardware configuration changes
• Equipment optimisation
• Equipment ‘Health Checks’ (2 per year)
• Advice and consultancy
• Management of licensing and support fees to ‘proprietary’ hardware and software suppliers
• Provide the ability for EirGrid to log support calls directly with the manufacturer for all equipment
• Design, supply, installation and documentation of future equipment and solutions
• Induction training to EirGrid IT staff
• Ability to remotely connect to EirGrid’s systems with an on-premise management solution
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: 6600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is three years with the possibility to extend for two terms of an additional two (2) years and a final extension of one (1) year, subject always to the satisfactory performance of the members. The estimated spend of 6,600,000 EUR is taking into account the full duration of the contract including the possible extensions.
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)

Description

II.2.1)

Title

Fortinet Network and Security Infrastructure
Lot No:  2
II.2.2)

Additional CPV code(s)

32424000  -  Network infrastructure
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Republic of Ireland and Northern Ireland
II.2.4)

Description of the procurement

Provision of supply, support, maintenance and lifecycle management of:
• Fortinet Firewalls
• Fortinet Management Systems
• Fortinet Load Balancing Systems
In additional to the above, this contract will include, but not be limited to, the provision of the following related services at all EirGrid locations
• Standard maintenance and lifecycle management of existing equipment
• Helpdesk services (24x7)
• Remote and on-site support (24x7)
• 24 x 7 Emergency call-out service (Engineer on-site within 5 hours)
• Provision and installation of replacement and spare parts
• Software and hardware configuration changes
• Equipment optimisation
• Equipment ‘Health Checks’ (2 per year)
• Advice and consultancy
• Management of licensing and support fees to ‘proprietary’ hardware and software suppliers
• Provide the ability for EirGrid to log support calls directly with the manufacturer for all equipment
• Design, supply, installation and documentation of future equipment and solutions
• Induction training to EirGrid IT staff
• Ability to remotely connect to EirGrid’s systems with an on-premise management solution
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: 2400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is three years with the possibility to extend for two terms of an additional two (2) years and a final extension of one (1) year, subject always to the satisfactory performance of the members. The estimated spend of 2,400,000 EUR is taking into account the full duration of the contract including the possible extensions.
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)

Description

II.2.1)

Title

F5 Load Balancing Systems
Lot No:  3
II.2.2)

Additional CPV code(s)

32424000  -  Network infrastructure
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Republic of Ireland and Northern Ireland
II.2.4)

Description of the procurement

Provision of supply, support, maintenance and lifecycle management of:
• F5 DNS (GTM) Systems
• F5 LTM Systems
• F5 APM Systems
In additional to the above, this contract will include, but not be limited to, the provision of the following related services at all EirGrid locations
• Standard maintenance and lifecycle management of existing equipment
• Helpdesk services (24x7)
• Remote and on-site support (24x7)
• 24 x 7 Emergency call-out service (Engineer on-site within 5 hours)
• Provision and installation of replacement and spare parts
• Software and hardware configuration changes
• Equipment optimisation
• Equipment ‘Health Checks’ (2 per year)
• Advice and consultancy
• Management of licensing and support fees to ‘proprietary’ hardware and software suppliers
• Provide the ability for EirGrid to log support calls directly with the manufacturer for all equipment
• Design, supply, installation and documentation of future equipment and solutions
• Induction training to EirGrid IT staff
• Ability to remotely connect to EirGrid’s systems with an on-premise management solution
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: 2400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is three years with the possibility to extend for two terms of an additional two (2) years and a final extension of one (1) year, subject always to the satisfactory performance of the members. The estimated spend of 2,400,000 EUR is taking into account the full duration of the contract including the possible extensions.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.6)

Deposits and guarantees required

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.7)

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

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.8)

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

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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:  12/01/2022
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 : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (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 (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority 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 authority 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 and are in a position to produce a valid tax clearance certificate or eTax Clearance from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
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 authority 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.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation in this contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing, Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie