Contract notice - utilities

Information

Published

Date of dispatch of this notice: 05/11/2018

Expire date: 07/12/2018

External Reference: 2018-236579

TED Reference: 2018/S 214-491147

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: Stephen Lawton
Telephone: +353 17026836
Internet address(es):
Main address: http://www.esb.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=137514&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

Provision of an Integrated Risk Management SaaS solution
Reference number:  SSCON4220
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 contracting entity intends to procure a contract to supply, implement and host an integrated Risk Management SaaS solution.
Integrated Risk Management enables simplification, automation and integration of strategic, operational and IT risk management processes and data. Integrated Risk Management (IRM) solutions combine technology, processes and data that fulfil the objective of enabling the simplification, automation and integration of strategic, operational and IT risk management across the organization.
Applicants must be able to provide an Integrated Risk Management SaaS solution across the following use cases;
• Vulnerability risk management
• Information and Cybersecurity risk management
• Incident management
• Vendor risk management
• GDPR Compliance risk management
• Policy management
• Enterprise risk Management
• NIS Regulation Compliance Risk Management
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

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The Contracting Entity intends to procure a contract to supply, implement and support an Integrated risk management SaaS solution.
The successful provider will already have delivered a similar solution to industries to the scale and requirements that are being sought by ESB and outlined below.
The Risk Management Software solution will be required to deliver the following capabilities:
• Provision, implementation and support of a scalable Integrated Risk Management software solution to support and deliver cybersecurity risk management, policy risk management, GDPR Compliance risk management and NIS Regulation Compliance Risk Management.
• The Integrated Risk Management software solution must have KPI Monitoring/Reporting scorecard and dashboard, external data integration and performance metrics
• The Integrated Risk Management solution must be a cloud-based SaaS and be fully scalable (for future expansion if necessary), e.g. the solution must be able to cater for an increase in users and increasing data storage or processing power as required in future
• The requirement is to support and deliver the following;
o Information and Cybersecurity risk management
o GDPR Compliance risk management
o Policy Management
o Vendor risk management
o NIS Regulation Compliance risk Management
• At a later stage, the solution must be able to provide:
o Vulnerability risk Management
o Incident management
o Enterprise Risk Management
The proposed solution must have all requirements outlined above at present, but they will be drawn down at a later stage.
There will potentially be 122 users of the solution, split between twenty Power Users, one hundred users with standard access, and two administrators
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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 minimum number: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 36 months with an option to extend after the initial period of up to 24 Months from the expiry of the initial period, for a total contract period of 60 Months.
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 refer to the individual instructions for submission
of
bids relevant to each tender issued via the system.

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:  As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 141896
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 141896
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 141896
III.1.6)

Deposits and guarantees required

Will be set out in the RFT.
III.1.7)

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

Will be set out in the RFT.
III.1.8)

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

As stated in Pre-Qualification Questionnaire (PQQ) available to download from http://www.etenders.gov.ie/ using RFT ID 141896
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Will be set out in the RFT.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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:  07/12/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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 payment will be used
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders website (http://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 (http://www.etenders.gov.ie/) only. Registration is free of charge. The contracting entity 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 entity 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.
6) If for any reason it is not possible to admit to the contract one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract, the contracting entity reserves the right to invite the next highest scoring tenderer to join the contract and/or deliver the contract as appropriate to the circumstances pertaining to said contract.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process at any time.
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 entity 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.
10) At Section II.2.9 we have indicated that 5 will be invited to tender, please note that the contracting entity reserves the right to invite at least 5, subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay
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 Entity will not conclude this contract until after the expiry of the standstill period which commences on the day following the date of notification of concerned tenderers. Review procedures are available in the High Court to a person who has or has had an interest in obtaining the 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 to that contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult a Legal Advisor
Ireland
IE