The Sustainable Energy Authority of Ireland (SEAI) has a mission to play a leading role in transforming Ireland into a society based on sustainable energy structures, technologies and practices.
The objective of this RFT is to invite proposals from suitably qualified service providers, and to enter into a contract with one service provider for each lot, to provide: -
Lot 1: LAN/WAN infrastructure Support and ICT Security Services; and
Lot 2: Information Governance, Cybersecurity and Risk Management.
Please note: It is a requirement that a separate provider is selected for each LOT. This does not prohibit a tenderer from applying in both lots.
For more information, please refer to the RFT published on www.etenders.gov.ie
Deadline
The time limit for receipt of tenders was 2017-12-11.
The procurement was published on 2017-11-10.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“For the Provision of LAN/WAN, Cybersecurity and Information Security Managed Service.”
Products/services: Information technology services📦
Short description:
“The Sustainable Energy Authority of Ireland (SEAI) has a mission to play a leading role in transforming Ireland into a society based on sustainable energy...”
Short description
The Sustainable Energy Authority of Ireland (SEAI) has a mission to play a leading role in transforming Ireland into a society based on sustainable energy structures, technologies and practices.
The objective of this RFT is to invite proposals from suitably qualified service providers, and to enter into a contract with one service provider for each lot, to provide:
Lot 1: LAN/WAN infrastructure Support and ICT Security Services; and
Lot 2: Information Governance, Cybersecurity and Risk Management.
Please note: It is a requirement that a separate provider is selected for each Lot. This does not prohibit a tenderer from applying in both lots.
For more information, please refer to the RFT published on www.etenders.gov.ie
Complementary information Original notice reference
Notice number in the OJ S: 2017/S 219-455202
Changes Text to be corrected in the original notice
Section number: IV.2.4)
Place of text to be modified: Languages in which tenders or requests to participate may be submitted
Old value
Text: Spanish
New value
Text: English
Source: OJS 2017/S 221-459971 (2017-11-15)
Contract award notice (2018-11-21) Contracting authority Name and addresses
National registration number: N/a
Postal address: Wilton Park House
Postal code: Wilton Place
Object Scope of the procurement
Title:
“For the Provision of LAN/WAN, Cybersecurity and Information Security Managed Service”
Total value of the procurement (excluding VAT): EUR 295 625 💰
Information about lots
This contract is divided into lots ✅
Lot 1: LAN/WAN infrastructure Support and ICT Security Services to include:
1) Technical support on a range of systems and services as described in Annex 1;
2) Monitoring and reporting;
3) Change control and documentation management;
4) Disaster Recovery (DR) and failover management;
5) Firewall replacement as described in Annex 2;
6) Provision of helpdesk support.
For further information on Lot 1, please refer to Appendix 1 of the tender document.
Show more Award criteria
Quality criterion (name):
“Quality of the organisation’s capability, controls, innovation, level of service, and governance demonstrated within the response”
Quality criterion (weighting): 10 %
Quality criterion (name): Quality and level of resources to be applied to the service
Quality criterion (name):
“Quality (range and depth) of organisation’s relevant experience in delivering similar service”
Quality criterion (name): Proposed approach to management and delivery of required services
Quality criterion (weighting): 15 %
Quality criterion (name): Level of service and innovation demonstrated within the response
Price (weighting): 40 %
Scope of the procurement
Information about European Union funds: Erdf
2️⃣ Scope of the procurement
Title: Information Governance, Cybersecurity and Risk Management
Title
Lot Identification Number: 2
Description
Description of the procurement:
“Lot 2: Information Governance, Cybersecurity and Risk Management, including;
1) Ad-hoc security advice, incident response, consultancy and implementation...”
Description of the procurement
Lot 2: Information Governance, Cybersecurity and Risk Management, including;
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) Provision of Helpdesk Support.
The detailed requirements for Lot 2 are set out in Appendix 1: Requirements and Specification of the tender document.
Procedure Type of procedure
Open procedure
Administrative information
Previous publication concerning this procedure: 2017/S 219-455202
Award of contract
1️⃣
Contract Number: 1
Lot Identification Number: 1
Title: LAN/WAN infrastructure Support and ICT Security Services
Date of conclusion of the contract: 2018-03-05 📅
Information about tenders
Number of tenders received: 8
Name and address of the contractor
Name: Kerna Communictions Ltd
Postal address: 105 Lower Baggot Street
Postal town: Dublin
Postal code: 2
Country: Ireland 🇮🇪
Region: Éire/Ireland🏙️
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 295 625 💰
2️⃣
Contract Number: 2
Lot Identification Number: 2
Title: Information Governance, Cybersecurity and Risk Management
Name and address of the contractor
Name: BSI Cybersecurity and Information Resilience (ireland) Ltd
Postal address: Corrig Court, Corrig Road, Sandyford Ind Est
Postal code: 18
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 148 215 💰
Complementary information Review body
Name: Seai
Postal address: Wilton Place, Wilton Park House, Dublin 2
Postal town: Dublin
Postal code: 2
Country: Ireland 🇮🇪
Source: OJS 2018/S 227-519767 (2018-11-21)