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

[NoticeContractUtilities]

[Supplies]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
[Contactpoint]: Paul Valentine
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=203260&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivElectricity]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

IT Network and Security Equipment and Support Services
[Fileref]:  ENQEIR792
II.1.2)

[CpvMain]

32400000  - 
II.1.3)

[TypeContract]

[Supplies]
II.1.4)

[DescrShort]

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)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 11000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [Yes]
[LotsSubmittedFor]  [LotsAll]
II.2)

[Description]

II.2.1)

[TitleContract]

Cisco Network and Security Infrastructure and Ancillary Equipment
[LotNumber]:  1
II.2.2)

[CpvAdditional]

32413100  - 
32420000  - 
32421000  - 
32422000  - 
32424000  - 
32428000  - 
32580000  - 
32581000  - 
50312600  - 
50312610  - 
72222300  - 
72267100  - 
72315100  - 
72700000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UKN -  NORTHERN IRELAND
[Nutscode]:  IE -  IRELAND
[MainsiteplaceWorksDelivery]:  
Republic and Northern Ireland
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 6600000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 36
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 3
[CriteriaChoosingLimited]:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
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)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2)

[Description]

II.2.1)

[TitleContract]

Fortinet Network and Security Infrastructure
[LotNumber]:  2
II.2.2)

[CpvAdditional]

32424000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UKN -  NORTHERN IRELAND
[Nutscode]:  IE -  IRELAND
[MainsiteplaceWorksDelivery]:  
Republic of Ireland and Northern Ireland
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 2400000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 36
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 3
[CriteriaChoosingLimited]:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
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)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2)

[Description]

II.2.1)

[TitleContract]

F5 Load Balancing Systems
[LotNumber]:  3
II.2.2)

[CpvAdditional]

32424000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UKN -  NORTHERN IRELAND
[Nutscode]:  IE -  IRELAND
[MainsiteplaceWorksDelivery]:  
Republic of Ireland and Northern Ireland
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 2400000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 36
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 3
[CriteriaChoosingLimited]:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
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)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.1.4)

[ParticipationRules]

[DescrBriefRules]: Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice
III.1.6)

[DepositsRequired]

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

[FinancingConditions]

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

[LegalFormTaken]

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

[ConditionsContract]

III.2.2)

[OtherConditions]

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

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.3)

[FrameworkContractDpsInfo]

[FrameworkSeveral]
[FrameworkParticipEnvis]:  3
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  12/01/2022
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 12  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.3)

[InfoAdditional]

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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court
Four Courts
Dublin
7
IE
[AddressPhone]: +353 18886000

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
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)

[AppealsInfo]

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing, Inns Quay
Dublin
7
IE
[AddressPhone]: +353 18886000