Tjenesteydelser - 113779-2019

12/03/2019    S50

Greece-Maroussi: Supporting Activities for Information Security in the Energy Sector

2019/S 050-113779

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union Agency for Network and Information Security
Postal address: 1 Vasilissis Sofias Street
Town: Maroussi
NUTS code: EL30 Aττική
Postal code: 15124
Country: Greece
Contact person: Procurement Officer
E-mail: procurement@enisa.europa.eu
Telephone: +30 2814409711
Internet address(es):
Main address: https://www.enisa.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4559
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4559
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Other activity: Network Information Security

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Supporting Activities for Information Security in the Energy Sector

Reference number: ENISA F-COD-19-T14
II.1.2)Main CPV code
73000000 Research and development services and related consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

ENISA seeks to contract the services of a minimum of 2 and maximum of 5 service providers which can provide support for activities relating to security measures in the Energy Sector. The successful bidders should be able to demonstrate significant experience and skills in this area, with emphasis on the aspects dealt with in the annual ENISA Work Programme.

II.1.5)Estimated total value
Value excluding VAT: 300 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
73210000 Research consultancy services
II.2.3)Place of performance
NUTS code: EL30 Aττική
II.2.4)Description of the procurement:

We expect tenderers to have expertise and knowledge on the following topics.

— energy information security issues, with particular focus to electricity, oil and/or gas industry,

— ICS-SCADA security issues e.g. OT security, IT/OT convergence, large scale scanning (like SHODAN), etc.

— policy and regulatory issues related to the resilience of critical infrastructures and services at national and/or European level including activities related to CIIP and ICS-SCADA security,

— CIIP and cyber security strategy and policy at national and/or European level e.g. the European Critical Infrastructures Directive (2008/114/EC), the European Cyber security strategy,

— essential service (with particular focus on energy sector) operations and security practices and knowledge of the regulatory framework e.g. NIS Directive, the GDPR, the EU Telecoms Package,

— incident reporting and relevant incident reporting schemes in critical sectors e.g telecommunications (articles 13a of the telecom package),

— CIIP good practice guidelines and standards e.g. ENISA good practice guides, CPNI’s good practice guidelines to industrial control systems security, ANSSI ICS security documents (Classification Method and Key Measures” and “Detailed Measures.”), IEC 62351. IEC 62443, ISO 27001, ISO 27002, ISO 27019, NERC CIP standards, ANSI/ISA 99 etc.,

— network and information security issues e.g. internet and web security, cryptography, testing, security management, etc.,

— infrastructure security and resilience of CIIP and Energy related issues like Public Key Infrastructures (PKI) and core protocols.

Various specific contracts based on the annual ENISA work programme specifically in the Energy Sector will be launched periodically to the successful framework contractors based on the “Reopening of Competition” procedure. Depending on the needs of the Contracting Authority and budget availability, this overall

budget could be increased by up to 50 % using a “negotiated procedure without prior publication of a Contract Notice”.

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: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 12
This contract is subject to renewal: yes
Description of renewals:

The ensuing framework contracts will be for an initial 12 month period, renewable on a yearly basis up to a maximum of 3 years.

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

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:

As stated in the procurement documents.

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
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
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: 5
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: 08/04/2019
Local time: 18:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 09/04/2019
Local time: 10:00
Place:

ENISA Athens office, Vasilissis Sofias Street 1, 151 24 Maroussi, Attiki, GREECE.

Information about authorised persons and opening procedure:

A maximum of 1 legal representative per participating tenderer may attend the opening session. Tenderers shall inform the agency in writing of their intention to attend by e-mail to procurement@enisa.europa.eu at least 3 working days prior to the opening session. Failing that, the contracting authority reserves the right to refuse access to its premises.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Court of Justice of the European Union
Postal address: Boulevard Konrad Adenauer, Kirchberg
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2600
VI.4.2)Body responsible for mediation procedures
Official name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, PO Box 403
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Fax: +33 388179062
VI.5)Date of dispatch of this notice:
28/02/2019