CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: Ireland
OJEU Ref: (2021/S 237-625577/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting entity
I.1) Name and addresses
Official name: EirGrid plc
National registration number: N/A
Postal address: Block 2 – The Oval, 160 Shelbourne Road
Town: Ballsbridge
Postal code: Dublin 4
Country: Ireland
Contact Person: Paul Valentine
Email: paul.valentine@eirgrid.com
Internet address(es):
Main address:
Address of the buyer profile:

I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted
electronically via:
Tenders or requests to participate must be submitted
to the above mentioned address
I.6) Main activity:
Electricity

Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: IT Network and Security Equipment and Support Services
Reference number: ENQEIR792
II.1.2) Main CPV code: 32400000
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
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) Estimated total value
Value excluding VAT: 11000000.00 Currency: EUR
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted forall lots
II.2) Description
II.2.1) Title: Cisco Network and Security Infrastructure and Ancillary Equipment

Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 32413100
Main CPV code: 32420000
Main CPV code: 32421000
Main CPV code: 32422000
Main CPV code: 32424000
Main CPV code: 32428000
Main CPV code: 32580000
Main CPV code: 32581000
Main CPV code: 50312600
Main CPV code: 50312610
Main CPV code: 72222300
Main CPV code: 72267100
Main CPV code: 72315100
Main CPV code: 72700000

II.2.3) Place of performance
Nuts code: UKN, IE Main site or place of performance:Republic and Northern Ireland
II.2.4) Description of the procurement:
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 (24×7)
• Remote and on-site support (24×7)
• 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)Award criteria
II.2.6) Estimated value
Value excluding VAT: 6600000.00 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
Objective criteria for choosing the limited number of candidates:Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: yes
Description of options:
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) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Fortinet Network and Security Infrastructure

Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 32424000

II.2.3) Place of performance
Nuts code: UKN, IE Main site or place of performance:Republic of Ireland and Northern Ireland
II.2.4) Description of the procurement:
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 (24×7)
• Remote and on-site support (24×7)
• 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)Award criteria
II.2.6) Estimated value
Value excluding VAT: 2400000.00 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
Objective criteria for choosing the limited number of candidates:Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: yes
Description of options:
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) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: F5 Load Balancing Systems

Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 32424000

II.2.3) Place of performance
Nuts code: UKN, IE Main site or place of performance:Republic of Ireland and Northern Ireland
II.2.4) Description of the procurement:
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 (24×7)
• Remote and on-site support (24×7)
• 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)Award criteria
II.2.6) Estimated value
Value excluding VAT: 2400000.00 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
Objective criteria for choosing the limited number of candidates:Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: yes
Description of options:
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) 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 see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

III.1.6) Deposits and guarantees required:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

III.2.2) Contract performance conditions:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior call for competition
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:3
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:2022-01-12 Local time:12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:no
VI.2) Information about electronic workflows
VI.3) Additional information: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) Procedures for review
VI.4.1) Review body
Official name: The High Court
Postal address: Four Courts
Town: Dublin
Postal code: 7
Country: Ireland
Telephone: +353 18886000
Internet address:

VI.4.3) Review procedure
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.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Central office of the High Courts (Appeal Section)
Postal address: Ground Floor, East Wing, Inns Quay
Town: Dublin
Postal code: 7
Country: Ireland
Telephone: +353 18886000
Internet address:
VI.5) Date of dispatch of this notice:
2021-12-02

RELATED ARTICLES

December 15, 2025

HMP GOS Tender (PROC.78.0074) - The Provision of Ophthalmology Services for HMP (His Majesty's Prison) Birmingham

Type of document: Contract Notice Country: United Kingdom 1. Title: HMP GOS Tender (PROC.78.0074) – The Provision of Ophthalmology Services for HMP

December 15, 2025

Purchase of wheeled front loader (with snow and ice anti-skid chains).

Type of document: Contract Notice Country: Georgia Title: Purchase of wheeled front loader (with snow and ice anti-skid chains). Authority: Sub-departmental institution of