Contract notice

Information

Published

Date of dispatch of this notice: 22/05/2020

Expire date: 07/07/2020

External Reference: 2020-220400

TED Reference: 2020/S 101-243701

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=167400&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Request for Tenders to establish a Multi Supplier Framework Agreement for the provision of Firewalls and Associated Services
Reference number:  PROJ000005682 - IHW030F
II.1.2)

Main CPV code

32424000  -  Network infrastructure
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods and associated services as described in Appendix 1 to this RFT (the “Goods”).
In summary, the Goods and associated services comprise the provision of:
Physical Firewall Appliances;
Virtual Firewall Appliances;
Subscription Services for the above Appliances, and,
Associated Ancillary Equipment.
II.1.5)

Estimated total value

Value excluding VAT: 30000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48200000  -  Networking, Internet and intranet software package
48730000  -  Security software package
48732000  -  Data security software package
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods and associated services as described in Appendix 1 to this RFT (the “Goods”).
In summary, the Goods and associated services comprise the provision of:
Physical Firewall Appliances;
Virtual Firewall Appliances;
Subscription Services for the above Appliances, and,
Associated Ancillary Equipment.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Support and Maintenance backed off to the OEM  /  Weighting:  100
Quality criterion  -  Name:  Technical Support Services  /  Weighting:  300
Quality criterion  -  Name:  Software Subscription Services for Firewall Appliances  /  Weighting:  100
Quality criterion  -  Name:  On-Site Support Services  /  Weighting:  75
Quality criterion  -  Name:  Quality of approach to the provision of Spare Parts for Physical Firewalls  /  Weighting:  75
Quality criterion  -  Name:  Quality of approach to the provision of Professional Technical Services for Firewall Appliances  /  Weighting:  25
Quality criterion  -  Name:  Quality of approach to the provision of Training Services for Firewall Appliances  /  Weighting:  25
Cost criterion  -  Name:  Single Minimum Percentage (%) Discount off the Published Price List for the supply of the proposed OEM Brand of Physical Firewall Appliances  /  Weighting:  100
Cost criterion  -  Name:  Single Minimum Percentage (%) Discount off the Published Price List for the supply of the proposed OEM Brand of Virtual Firewall Appliances  /  Weighting:  25
Cost criterion  -  Name:  Single Maximum Percentage (%) of the Published Price List for the provision of Technical Support Services for the proposed OEM Brand of Firewall Appliances  /  Weighting:  100
Cost criterion  -  Name:  Single Maximum Percentage (%) of the Published Price List for the provision of Software Subscription Services for the proposed OEM Brand of Firewall Appliances  /  Weighting:  50
Cost criterion  -  Name:  Per Diem Rates  /  Weighting:  25
II.2.6)

Estimated value

Value excluding VAT: 30000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
This Framework Agreement shall take effect on the Commencement Date and expire 24 months thereafter (“the Framework Term”) unless terminated earlier in accordance with this Framework Agreement.
The Contracting Authority reserves the right, at its discretion and subject to its obligations at law, to extend the Framework Term for a period or periods of up to 12 months with a maximum of four (4) of such extensions on the same terms and conditions.
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 refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #170060)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #170060)
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #170060)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #170060)
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #170060)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #170060)

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 several operators
Envisaged maximum number of participants to the framework agreement:  20
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:  30/06/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  30/06/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #170060)
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors