Driven by the ongoing development of our information security framework and business transformation programmes, EirGridโs Information Security function has established a security testing and a security risk assessments reporting regime. The aim of the reporting regime is to provide EirGrid with the following:
1) Vulnerability assessment with the associated exposures inherent within their current infrastructure;
2) Comprehensive risk analysis and recommendations, including a remediation plan;
3) Security audit, security reviews and test details, including applied methodology.
In keeping with its position in the industry EirGrid maintains a modern IT infrastructure comprising the following technologies:
โ Servers: physical and virtua, Linux, Unix, Windows,
โ desktop: Workstation and Laptop, Windows,
โ databases: oracle and MSQL,
โ network: routers, switches, firewalls, load balancers and gateways,
โ cloud services.
Deadline
The time limit for receipt of tenders was 2019-03-04.
The procurement was published on 2019-01-28.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Cyber Security Testing Services (CSTS)
ENQEIR653
Products/services: Information technology services๐ฆ
Short description:
โDriven by the ongoing development of our information security framework and business transformation programmes, EirGridโs Information Security function has...โ
Short description
Driven by the ongoing development of our information security framework and business transformation programmes, EirGridโs Information Security function has established a security testing and a security risk assessments reporting regime. The aim of the reporting regime is to provide EirGrid with the following:
1) Vulnerability assessment with the associated exposures inherent within their current infrastructure;
2) Comprehensive risk analysis and recommendations, including a remediation plan;
3) Security audit, security reviews and test details, including applied methodology.
In keeping with its position in the industry EirGrid maintains a modern IT infrastructure comprising the following technologies:
โ Servers: physical and virtua, Linux, Unix, Windows,
โ desktop: Workstation and Laptop, Windows,
โ databases: oracle and MSQL,
โ network: routers, switches, firewalls, load balancers and gateways,
โ cloud services.
Show more
Estimated value excluding VAT: EUR 640 000 ๐ฐ
1๏ธโฃ
Additional products/services: Information technology services๐ฆ
Place of performance: Belfast ๐๏ธ
Place of performance: Dublin๐๏ธ
Main site or place of performance: Dublin, Belfast.
Description of the procurement:
โEirGrid intends to establish a single supplier framework. The Framework Agreement period will be for an initial duration of three (3) years with the option...โ
Description of the procurement
EirGrid intends to establish a single supplier framework. The Framework Agreement period will be for an initial duration of three (3) years with the option to extend yearly for up to five (5) years, subject always to the satisfactory performance of the member.
EirGrid require a security partner to provide the scope of services below. The scope of services is expected to include, but is not limited to:
โ Provision of Cyber Security Testing Services (CSTS) across EirGridโs IT Infrastructure to ensure security, confidentiality and integrity,
โ security testing will be primarily targeted at the externally visible infrastructure but some may be required to be internal,
โ security testing may be targeted at production and pre-production environments,
โ some CSTS may require re-testing to confirm the implementation of the remediation plan,
โ each security testing will be subject to individual scoping determined by EirGrid and agreed with the successful supplier, including โrules of engagementโ such as:
โโ type of security testing,
โโ targets,
โโ objectives (what can and cannot be done),
โโ scope (processes, website options, infrastructure, services that are off limits),
โโ progress reporting,
โโ entry points.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 640 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 36
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ Information about options
Options โ
Description of options:
โThe initial contract period envisaged is 3 years with the possibility to extend annually up to a further 5 years, subject always to the satisfactory...โ
Description of options
The initial contract period envisaged is 3 years with the possibility to extend annually up to a further 5 years, subject always to the satisfactory performance of the supplier.
The estimated spend of 640 000 EUR is taking into account the full duration of the contract including the possible extensions.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Deposits and guarantees required:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ Conditions related to the contract
Contract performance conditions:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-03-04
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders website (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 โor equivalentโ 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.
Show more Review body
Name: The High Court
Postal address: Four Courts
Postal town: Dublin
Postal code: 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โThe Contracting Authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after...โ
Precise information on deadline(s) for review procedures
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.
Show more Service from which information about the review procedure may be obtained
Name: Central office of the High Courts (Appeal Section)
Postal address: Ground Floor, East Wing, Inns Quay
Postal town: Dublin
Postal code: 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐
Source: OJS 2019/S 022-048945 (2019-01-28)
Contract award notice (2020-04-23) Contracting authority Name and addresses
Postal address: Block 2 โ The Oval, 160 Shelbourne Road, Dublin 4
Object Scope of the procurement
Short description:
โThis tender process is now complete.
Driven by the ongoing development of our information security framework and business transformation programmes,...โ
Short description
This tender process is now complete.
Driven by the ongoing development of our information security framework and business transformation programmes, EirGridโs Information Security function has established a security testing and a security risk assessments reporting regime. The aim of the reporting regime is to provide EirGrid with the following:
1) Vulnerability assessment with the associated exposures inherent within their current infrastructure;
2) Comprehensive risk analysis and recommendations, including a remediation plan;
3) Security audit, security reviews and test details, including applied methodology.
In keeping with its position in the industry EirGrid maintains a modern IT infrastructure comprising the following technologies:
โข servers: physical and virtual. Linux, Unix, Windows.
โข desktop: workstation and laptop. Windows.
โข databases: Oracle and MSQL.
โข network: routers, switches, firewalls, load balancers and gateways.
โข cloud services.
Show more
Total value of the procurement (excluding VAT): EUR 1 000 000 ๐ฐ
Description
Description of the procurement:
โThis tender process is complete.
EirGrid intends to establish a single supplier framework. The framework agreement period will be for an initial duration of...โ
Description of the procurement
This tender process is complete.
EirGrid intends to establish a single supplier framework. The framework agreement period will be for an initial duration of three (3) years with the option to extend yearly for up to five (5) years, subject always to the satisfactory performance of the member.
EirGrid require a security partner to provide the scope of services below. The scope of services is expected to include, but is not limited to:
โข provision of Cyber Security Testing Services (CSTS) across EirGridโs IT Infrastructure to ensure security, confidentiality and integrity.
โข security testing will be primarily targeted at the externally visible infrastructure but some may be required to be internal.
โข security testing may be targeted at production and pre-production environments.
โข some CSTS may require re-testing to confirm the implementation of the remediation plan.
โข each security testing will be subject to individual scoping determined by EirGrid and agreed with the successful supplier, including โrules of engagementโ such as:
โ type of security testing
โ targets
โ objectives (what can and cannot be done)
โ scope (processes, website options, infrastructure, services that are off limits)
โ progress reporting
โ entry points.
Show more Award criteria
Quality criterion (name): Quality quantity and balance of human resources
Quality criterion (weighting): 15
Quality criterion (name): Approach and methodology
Quality criterion (name): Sample projects
Quality criterion (weighting): 30
Quality criterion (name): Quality assurance
Quality criterion (weighting): 5
Quality criterion (name): Service levels
Price (weighting): 30
Information about options
Description of options:
โThe initial contract period envisaged is 3 years with the possibility to extend annually up to a further 5 years, subject always to the satisfactory...โ
Description of options
The initial contract period envisaged is 3 years with the possibility to extend annually up to a further 5 years, subject always to the satisfactory performance of the supplier.
Show more Description
Additional information:
โThe estimate contract value is taking into account the contract being extended for the additional 5 years.โ
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 022-048945
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Cyber Security Testing Services (CSTS)
Date of conclusion of the contract: 2020-04-22 ๐
Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
Name and address of the contractor
Name: Ernst and Young
National registration number: IE 4554695L
Postal address: Harcourt Centre, Harcourt Street
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Phone: +353 4794074๐
E-mail: eytendersirl@ie.ey.com๐ง
Region: Dublin๐๏ธ
URL: http://www.ey.com๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 ๐ฐ
Complementary information Review body
Postal town: Dublin 7
Service from which information about the review procedure may be obtained
Postal town: Dublin 7
Source: OJS 2020/S 083-197649 (2020-04-23)