Contract notice

Information

Published

Date of dispatch of this notice: 08/03/2023

Expire date: 12/04/2023

External Reference: 2023-215785

TED Reference: 2023/S 051-151614

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sustainable Energy Authority of Ireland
9607090 O
Three Park Place
Dublin 2
Upper Hatch Street
IE
Contact person: Aisling Hall
Telephone: +353 18082130
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.seai.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=235289&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

Other activity:  Sustainable Energy

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

LAN/WAN, Cybersecurity and Information Security Managed Service Divided into 2 Lots
II.1.2)

Main CPV code

72222300  -  Information technology services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The objective of this Request for Tender (RFT) is to appoint one suitably qualified service provider for each Lot:
Lot 1 LAN/WAN infrastructure support and ICT Security Services; and
Lot 2 Information Governance, Cybersecurity and Risk Management Services.
The estimated value of the contract under each Lot is:
Lot 1: €750,000 and Lot 2: €2,250,000
Totalling €3,000,000 over the term of the contracts.
The term of the contracts will be five years maximum. The contract is offered on an initial two year basis with the option for three additional 12-month extensions subject to SEAI requirements and continued satisfactory performance.
For more information, please refer to the RFT published on www.etenders.gov.ie
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  1
II.2)

Description

II.2.1)

Title

LAN/WAN infrastructure support and ICT Security Services
Lot No:  1
II.2.2)

Additional CPV code(s)

48730000  -  Security software package
48732000  -  Data security software package
50312600  -  Maintenance and repair of information technology equipment
72212731  -  File security software development services
72251000  -  Disaster recovery services
72253000  -  Helpdesk and support services
72267100  -  Maintenance of information technology software
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 1 LAN/WAN infrastructure Support and ICT Security Services include:
1. Technical support on a range of systems and services as described in Annexes 3 and 4 1.
2. Monitoring and Reporting.
3. Change control and documentation management.
4. Disaster Recovery (DR) and failover management.
5. Firewall upgrade and maintenance as described in Annexes 3 and 42.
6. Provision of Helpdesk Support.
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: 750000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of three such extensions
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
II.2)

Description

II.2.1)

Title

Information Governance, Cybersecurity and Risk Management Services
Lot No:  2
II.2.2)

Additional CPV code(s)

48730000  -  Security software package
48732000  -  Data security software package
50312600  -  Maintenance and repair of information technology equipment
72212731  -  File security software development services
72251000  -  Disaster recovery services
72253000  -  Helpdesk and support services
72267100  -  Maintenance of information technology software
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 2 Information Governance, Cybersecurity and Risk Management services include:
1. Ad-hoc security advice, incident response, consultancy and implementation services.
2. Annual staff security training.
3. Risk assessment review and management report.
4. Vulnerability and penetration testing.
5. Annual information security management systems (ISMS) assurance audit.
6. Review and Provision of Cyber Security Strategy and implementation
7. Provision of Helpdesk Support.
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: 2250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of three such extensions
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.2.3)

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.1.8)

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: 2023/S 037-109865
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/04/2023
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)
IV.2.7)

Conditions for opening of tenders

Date:  12/04/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Inns Quay, Smithfield
Dublin
D7
IE