Publications Office of the EU
Delivery of 2 pieces of anti-DDoS devices and anti-DDoS protection services with a guarantee for a period of 60 months - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates CPV codes deduced from the text of the procedure

- indicates text translated automatically in your browsing language

Delivery of 2 pieces of anti-DDoS devices and anti-DDoS protection services with a guarantee for a period of 60 months Text automatically translated in your browsing language Automatically translated

  • Published
    13/06/2025
  • Today
    19/06/2025
  • Deadline
    27/06/2025
  • Opening of tenders
    27/06/2025
Status
Published
Type of contract
Supplies
Subject for Renewal
No
Buyer
Centralny Ośrodek Informatyki
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL911 Miasto Warszawa
Business sector (Main CPV)
32420000 Network equipment
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
COI-ZAK.262.26.2025
Description

1. The subject of the contract is: Delivery of two Anti-DDoS Devices, delivery of licenses and subscriptions for the Software; preparation of the executive draft; implementation of the Solution in the Customer's Location; Execution of the As-built Documentation ; conducting workshops; providing Technical Support for the Solution; provision of the DDoS Service by the Contractor; provision of the Guarantee Service for Devices. The subject of the contract under the option is the provision of services within the framework of Expert Hours (maximum 600 hours) to the Ordering Party, as described in point VII of Chapter II of the SWZ. 2. The subject-matter of the contract is described in detail in Chapter II of the SWZ – Description of the subject-matter of the contract. 3. Pursuant to Article 139 of the Public Procurement Act, the contracting authority provides for the reverse order of the evaluation of tenders, i.e. it will first examine and evaluate the tenders and then select the contractor whose tender was the highest scored in terms of the lack of grounds for exclusion and fulfilment of the conditions for participation in the procedure. 4. The Ordering Party is the administrator of personal data within the meaning of Regulation (EU) 2016/679 of the European Parliament and of the Council of 27.4.2016 on the protection of natural persons with regard to the processing of personal data and on the free movement of such data, and repealing Directive 95/46/EC (hereinafter referred to as "GDPR"). 5. The Contractor submits a tender via the eProcurement Platform of the Public Procurement Office - https://ezamowienia.gov.pl/pl/. 6. The Contracting Authority reserves that, in accordance with Article 257 of the Public Procurement Act, it may cancel the procurement procedure if the public funds that the Contracting Authority intended to use to finance the contract are not awarded to it. 7. The tender shall be submitted, failing which it shall be null and void, in electronic form, in accordance with the requirements strictly laid down in the SWZ. 8. The Contracting Authority will not award the contract if the circumstances referred to in Article 5k of Council Regulation (EU) No 833/2014 of 31 July 2014 concerning organisational measures in connection with Russia's actions destabilising the situation in Ukraine (Journal of Laws No. Urz. EU No L 229/1 of 31.7.2014) and will exclude the Contractor if one or more of the grounds for exclusion set out in Article 7 para. 1 of the Act of 13 April 2022 on special solutions to counteract the support for aggression against Ukraine and to protect national security (Journal of Laws of 2025, item 514) – in order to confirm the absence of grounds for exclusion, a declaration constituting Annex 5 to the Tender Form must be submitted together with the tender. 9. The Contractor undertakes to perform the subject of the Contract within the following time limits: 1. Delivery of two Anti-DDoS Devices with licenses and subscriptions within 45 Business Days from the conclusion of the contract 2. Prepared the Executive Project within 5 Working Days from the conclusion of the contract 3. Implementation of the Solution at the Employer's Location, delivery of as-built documentation, conducting workshops within 20 Working Days from the date of signing the Quantitative Acceptance Protocol 4. Provision of Technical Support for the Solution for a period of 60 months from the date of signing the Quality Acceptance Protocol 5. Provision of the DDoS Service by the Contractor – for attacks exceeding the limits for Devices for a period of 60 months from the date of signing the Quality Acceptance Protocol 6. Provision of the Guarantee Service for Devices for a period of 60 months from the date of signing the Quality Acceptance Protocol 7. Implementation of the Expert Hours under the option from the date of signature of the Quality Acceptance Protocol until 29 May 2026. Detailed deadlines for the performance of the contract are described in Chapter II of the SWZ – OPZ and Chapter III of the SWZ – Draft Provisions of the Agreement. 10. The contracting authority requests that the means of proof in question be submitted with the tender in order to confirm that the supplies offered comply with the requirements set out in Chapter II of the SWZ – Description of the subject-matter of the contract (in accordance with point 6 of Chapter I of the SWZ – Instructions for Contractors). 11. The contract is financed by the European Recovery Fund (ERF). Next Generation EU) under Investment C2.1.1: ‘Public e-services, IT solutions improving the functioning of administration and economic sectors’ of the Recovery and Development Instrument, the National Recovery and Resilience Plan (NRRP), in accordance with Agreement No KPOD.05.06-IW.06-0003/25-00 concluded between the Ministry of Digital Affairs and the State Treasury, on behalf of which Centrum Projektów Cyfrowa (Digital Poland Project Centre) acts (hereinafter: ‘CPPC’), to support the Project entitled: ‘Support for the widespread use of electronic document management through the development and provision of a free-of-charge EZD system, the provision of the SaaS2 EZD RP cloud and the implementation of the EZD system in the public administration of the Republic of Poland’ (hereinafter: “Agreement”).All information, promotion and communication activities related to the implementation of the contract must comply with the guidelines contained in the Agreement, therefore the Contractor is obliged to apply the recommendations and guidelines of the Contracting Authority in this respect. The Contractor undertakes to acquaint himself with the content and to apply to the appropriate extent the Manual for the Beneficiary entitled: ‘Compatibility of projects financed by the European Union, including those implemented under the National Recovery and Resilience Plan, with the ‘do no significant harm’ principle – the ‘DNSH principle’, and the ‘Strategy for the Promotion and Information of the National Recovery and Resilience Plan’ and the ‘Visual Identity Book’ of the RRP. In addition, the Contractor undertakes to submit to checks and audits carried out by the CPPC and other authorised entities as regards the correct performance of the contract, including the obligation to immediately provide the Contracting Authority and the controlling entity with all necessary information and documents in this regard. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://ezamowienia.gov.pl/pl/
Tenders may be submitted
Electronic submission: required
https://ezamowienia.gov.pl/pl/
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
27/06/2025 14:00
Place of performance
Award method
Criterion:
Type: price
Description: Kryterium „Cena oferty brutto” będzie rozpatrywana na podstawie ceny brutto za realizację przedmiotu zamówienia, podanej przez Wykonawcę w Formularzu Oferty. Zamawiający w ofercie o najniższej cenie spośród ofert ocenianych przyzna 100,00 punktów, a każdej następnej zostanie przyporządkowana liczba punktów proporcjonalnie mniejsza. Zamawiający zastosował kryterium oceny ofert jako jedyne kryterium, ponieważ określił w opisie przedmiotu zamówienia wymagania jakościowe odnoszące się do wszystkich elementów składających się na przedmiot zamówienia
Weight (percentage, exact): 100
Estimated value
Not available
Final contracted value
Not available
Award of contract
Not available
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.