Contract notice

Information

Published

Date of dispatch of this notice: 15/11/2022

Expire date: 30/01/2023

External Reference: 2022-271482

TED Reference: 2022/S 223-641974

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works (OPW)
N/A
Jonathan Swift Street
Trim
Co. Meath, C15 NX36
IE
Contact person: Lorraine Gantley
Telephone: +353 469426655
NUTS code:  IE -  IRELAND
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=228788&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

Other type:  Government Office - State body
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The provision of a Managed Detection and Response Service
Reference number:  Managed Detection and Response
II.1.2)

Main CPV code

79710000  -  Security services
II.1.3)

Type of contract

Services
II.1.4)

Short description

OPW is aware that the landscape of Cyber Security is continually evolving and the task ofprotecting an organisation fromthreats to people, data assets and reputation is constant. Recent high profile Cyber Security Incidents in Ireland and across the globe have highlightedjust how wellorchestrated and operationally crippling a modern targeted cyberattack can be.It is obvious that traditional reactive security measures are not enough to prevent suchdisruptive events and,as a government office responsible to the management of criticalinfrastructure,OPW cannot allow its operations to beimpacted to suchan extent, if at all. To improve the current security posture forOPWwe have a requirement for the provision of a Managed Detectionand ResponseServicecoveringFirewalls,endpoints(PCs & servers),approximately 1,000mobile devices (Android)and cloud based services.OPW expects thenumber of mobile devices and users may grow considerablyin the coming years.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48730000  -  Security software package
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Jonathan Swift Street Trim Co. Meath
II.2.4)

Description of the procurement

OPW is aware that the landscape of Cyber Security is continually evolving and the task ofprotecting an organisation fromthreats to people, data assets and reputation is constant. Recent high profile Cyber Security Incidents in Ireland and across the globe have highlightedjust how wellorchestrated and operationally crippling a modern targeted cyberattack can be.It is obvious that traditional reactive security measures are not enough to prevent suchdisruptive events and,as a government officeresponsible to the management of criticalinfrastructure,OPW cannot allow its operations to beimpacted to suchan extent, if at all. To improve the current security posture forOPWwe have a requirement for the provision of a Managed Detectionand ResponseServicecoveringFirewalls,endpoints(PCs & servers),approximately 1,000mobile devices (Android)and cloud based services.OPW expects thenumber of mobile devices and users may grow considerablyin the coming years.
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: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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 12 months, with a maximum of 2 such extensions, on the same terms and conditions, subject to the Contracting Authority's obligations at law.
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.2.14)

Additional information

OPW have withheld critical information regarding security issues/concerns as well as a description of the OPW network and current security environment that relates to this RFT.
See note in covering letter re NDA document which interested tenderers should sign and submit via etenders with their RFT document

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

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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/01/2023
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:  30/01/2023
Local time:  12:00
Place:  
OPW Head Office Jonathan Swift Street Trim
or our Dublin Office at 1 GQ

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 invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Four Courts Inns Quay
Dublin
Dublin 7
IE

VI.4.2)

Body responsible for mediation procedures

The High Court of Ireland
Four Courts Inns Quay
Dublin
DUBLIN 7
IE

VI.4.4)

Service from which information about the review procedure may be obtained

The High Court of Ireland
DUBLIN
DUBLIN 7
IE