Contract award notice

Information

Published

Date of dispatch of this notice: 25/09/2019

External Reference: 2019-291556

TED Reference: 2019/S 188-457907

Contract award notice

Contract award notice

Results of the procurement procedure

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: Claudio Libanori
Telephone: +353 012222222
Internet address(es):
Main address: www.dublincity.ie

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

146648
Reference number:  SOC/SIEM
II.1.2)

Main CPV code

48732000  -  Data security software package
II.1.3)

Type of contract

Services
II.1.4)

Short description

DCC wishes to engage a suitable vendor to provide a a 24 x 7 x 365 Managed Security Service encompassing a Security Operations Centre (SOC) and a Security Information and Event Management (SIEM) solution which it is proposed to implement on a phased basis. Please see Tender Documents for further details.
The framework period will initially be for two years with the possibility of extending it by two further periods of one year each, following satisfactory performance of the supplier and at the sole discretion of DCC.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  437500.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

72253100  -  Helpdesk services
72253200  -  Systems support services
72600000  -  Computer support and consultancy services
72222300  -  Information technology services
72212732  -  Data security software development services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council Administrative Area
II.2.4)

Description of the procurement

DCC wishes to engage a suitable vendor to provide a a 24 x 7 x 365 Managed Security Service encompassing a Security Operations Centre (SOC) and a Security Information and Event Management (SIEM) solution which it is proposed to implement on a phased basis. Please see Tender Documents for further details.
The framework period will initially be for two years with the possibility of extending it by two further periods of one year each, following satisfactory performance of the supplier and at the sole discretion of DCC.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Approach to the delivery of a SOC Managed Service  /  Weighting:  3000
Quality criterion  -  Name:  Technical Merit of SIEM Solution  /  Weighting:  3000
Quality criterion  -  Name:  Implementation/Project Take-On  /  Weighting:  500
Quality criterion  -  Name:  Quality of Approach to Service Delivery  /  Weighting:  500
Quality criterion  -  Name:  Added Value Services  /  Weighting:  500
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  5500
II.2.11)

Information about options

Options: yes
Description of options:
The framework period will initially be for two years with the possibility of extending it by two further periods of 12 months each, following satisfactory performance of the supplier and at the sole discretion of DCC.
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 consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 146648

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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 042-095489

Section V: Award of contract

Contract No: 1

Title: Establish a Single Party Framework for the Provision of Managed Security Service encompassing a Security Operations Centre (SOC) and a Security Information and Event Management (SIEM) solution

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

Award of contract

V.2.1)

Date of conclusion of the contract

10/09/2019
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Zinopy Limited
6566601N
Suites 12, 13, Plaza 256
Blanchardstown
IE
Telephone: +353 018976750
Internet address: http://www.zinopy.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  437500.00  EUR

Section VI: Complementary information

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 Act.
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 IS 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.
8. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 146648. 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 12 noon on Friday 22nd March 2019 (Irish Time) to enable issue of responses to all interested parties.
12. 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.
13. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices referenced under each criterion no later than the date set for return of the forms, and, where appropriate, confirm in the box provided that it is included with the completed Questionnaire. Failure to do so could invalidate the submission.
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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your solicitor.