Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Senedd Cymru / Welsh Parliament
  Senedd Cymru / Welsh Parliament, Ty Hywel, Cardiff Bay
  Cardiff
  CF99 1SN
  UK
  
            Telephone: +44 3002006549
  
            E-mail: helena.grant@senedd.wales
  
            NUTS: UKL22
  Internet address(es)
  
              Main address: https://www.senedd.wales.org/abthome/abt-procurement.htm
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0424
 
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:
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml?_ncp=1719319152716.559484-1
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
            Other: Devolved Legislation
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Email Security Platform
            Reference number: 1247
  II.1.2) Main CPV code
  72000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Currently, the Senedd has a contract in place providing an e-mail security platform which forms an important part of the organisation’s cyber security infrastructure and programme. The solution delivers advanced e-mail filtering functionality and gives end users the ability to report suspicious messages. This additional layer of security ensures we are far more likely to detect and stop attacks which are not detected by our Microsoft e-mail and security products, and includes Welsh/English delivery and end user interaction. This project is designed to ensure the Senedd is able to benefit from this type of capability for the next contract cycle.
  The proposed solution will need to provide email filtering, give end users the ability to report suspicious e-mails, and provide the security team with a native and efficient means of communicating with the affected users, regardless of the end users’ platform/OS. End-user-facing content needs to offer bi-lingual delivery, tailored to the users’ language preference.
  The contract will include the supply and installation of the solution, with ongoing support. The term of the contract will be for a 5 year period.
  The previous tender process that was run under PQQ reference 33572 has been stopped. This is a new tender process for an Email Security Platform and is being run under PQQ reference 33626.
  II.1.5) Estimated total value
  Value excluding VAT: 
			200 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    72000000
    II.2.3) Place of performance
    NUTS code:
    UKL
Main site or place of performance:
    Cardiff Bay
    II.2.4) Description of the procurement
    Currently, the Senedd has a contract in place providing an e-mail security platform which forms an important part of the organisation’s cyber security infrastructure and programme. The solution delivers advanced e-mail filtering functionality and gives end users the ability to report suspicious messages. This additional layer of security ensures we are far more likely to detect and stop attacks which are not detected by our Microsoft e-mail and security products, and includes Welsh/English delivery and end user interaction. This project is designed to ensure the Senedd is able to benefit from this type of capability for the next contract cycle.
    The proposed solution will need to provide email filtering, give end users the ability to report suspicious e-mails, and provide the security team with a native and efficient means of communicating with the affected users, regardless of the end users’ platform/OS. End-user-facing content needs to offer bi-lingual delivery, tailored to the users’ language preference.
    The contract will include the supply and installation of the solution, with ongoing support. The term of the contract will be for a 5 year period.
    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: 
			200 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    This contract will be renewed in 2029
    II.2.9) Information about the limits on the number of candidates to be invited
    
          Envisaged minimum number: 5
    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
            
   
 
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
  III.2.2) Contract performance conditions
  As detailed in the procurement documents
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Restricted procedure
                        
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2024/S 000-142488
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              13/01/2025
  
                Local time: 10:00
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              23/01/2025
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  CY
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Duration in months: 90 (from the date stated for receipt of tender)
              
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
During 2029
VI.3) Additional information
Suppliers will need to be registered on the Bravo Solution portal in order to obtain the Pre-Qualification Questionnaire (PQQ) and view the supporting Procurement documents. If you are not already registered you can register by going to www.etenderwales.bravosolution.co.uk. It is free to register on this portal. Once registered:-
- Click the 'Open Access PQQs' link
- Click on the relevant PQQ to access the content (pqq_33626 - Email Security Platform)
- Click the 'Express Interest' button in the 'Actions' box on the left-hand side of the page. This will move the PQQ into your 'My PQQs' page
- Click on the PQQ code. You can now access any attachments by clicking the 'Settings and Buyer Attachments' in the 'Actions' box
- You can now choose to 'Reply' to the PQQ and submit your response
Please note that the Procurement documents will be uploaded into the 'Supplier Attachments' area under 'Settings' for all suppliers to view.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=146585
(WA Ref:146585)
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court
    Royal Courts of Justice, The Strand
    London
    WC2A 2LL
    UK
    
            Telephone: +44 2079477501
   
 
VI.5) Date of dispatch of this notice
06/12/2024