Contract notice

Information

Published

Date of dispatch of this notice: 22/04/2021

Expire date: 09/06/2021

External Reference: 2021-253607

TED Reference: 2021/S 081-208871

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
NUTS code:  IE -  IRELAND
Internet address(es):
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:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=187370&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

IPS011F - Multi Supplier Framework Agreement for External ICT Technical Support Services (Provided by Teams of Resources) (1)
Reference number:  PROJ000005516
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

In summary, the External ICT Technical Support Services to be delivered in Lots 1 - 5 (as set out in section 1.3 below) comprise:
The provision of teams of external ICT technical resources, to augment the in-house capacity of Framework Clients (as defined in 1.4 below) to deliver ICT projects and/or ICT support services as may be required by Framework Clients as follows;
i) To deliver ICT projects:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to deliver an end to end ICT project;
Or
ii) To provide ICT support services:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to augment its internal ICT capacity to deliver ICT
support services. In this instance, the Framework Clients’ internal capacity may
comprise a mix of in-house and/or external resources;
Or
iii) A combination of both of the above Services.
II.1.5)

Estimated total value

Value excluding VAT: 200000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

ICT Infrastructure and Operations Support Services
Lot No:  1
II.2.2)

Additional CPV code(s)

72100000  -  Hardware consultancy services
72200000  -  Software programming and consultancy services
72230000  -  Custom software development services
72300000  -  Data services
72400000  -  Internet services
72500000  -  Computer-related services
72600000  -  Computer support and consultancy services
72700000  -  Computer network services
72800000  -  Computer audit and testing services
72900000  -  Computer back-up and catalogue conversion services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined in Section 1.4 below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework
Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the
“Services”).
In summary, the External ICT Technical Support Services to be delivered in Lots 1 - 5 (as set out in section 1.3 below) comprise:
The provision of teams of external ICT technical resources, to augment the in-house capacity of Framework Clients (as defined in 1.4 below) to deliver ICT projects and/or ICT support services as may be required by Framework Clients as follows;
i) To deliver ICT projects:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to deliver an end to end ICT project;
Or
ii) To provide ICT support services:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to augment its internal ICT capacity to deliver ICT
support services. In this instance, the Framework Clients’ internal capacity may
comprise a mix of in-house and/or external resources;
Or
iii) A combination of both of the above Services.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Proposed Approach to Team Selection and Assignment  /  Weighting:  2500
Quality criterion  -  Name:  Quality of the Proposed Approach to Service Continuity  /  Weighting:  2000
Quality criterion  -  Name:  Quality of the Proposed Approach to Resource/Contract Management  /  Weighting:  1500
Cost criterion  -  Name:  Cost  /  Weighting:  4000
II.2.6)

Estimated value

Value excluding VAT: 84000000.00  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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.
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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.
II.2)

Description

II.2.1)

Title

Applications Development Lifecycle, Web Design and Development; DevOps and Release Management Servic
Lot No:  2
II.2.2)

Additional CPV code(s)

72100000  -  Hardware consultancy services
72200000  -  Software programming and consultancy services
72230000  -  Custom software development services
72300000  -  Data services
72400000  -  Internet services
72500000  -  Computer-related services
72600000  -  Computer support and consultancy services
72700000  -  Computer network services
72800000  -  Computer audit and testing services
72900000  -  Computer back-up and catalogue conversion services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined in Section 1.4 below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework
Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the
“Services”).
In summary, the External ICT Technical Support Services to be delivered in Lots 1 - 5 (as set out in section 1.3 below) comprise:
The provision of teams of external ICT technical resources, to augment the in-house capacity of Framework Clients (as defined in 1.4 below) to deliver ICT projects and/or ICT support services as may be required by Framework Clients as follows;
i) To deliver ICT projects:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to deliver an end to end ICT project;
Or
ii) To provide ICT support services:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to augment its internal ICT capacity to deliver ICT
support services. In this instance, the Framework Clients’ internal capacity may
comprise a mix of in-house and/or external resources;
Or
iii) A combination of both of the above Services.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Proposed Approach to Team Selection and Assignment  /  Weighting:  2500
Quality criterion  -  Name:  Quality of the Proposed Approach to Service Continuity  /  Weighting:  2000
Quality criterion  -  Name:  Quality of the Proposed Approach to Resource/Contract Management  /  Weighting:  1500
Cost criterion  -  Name:  Cost  /  Weighting:  4000
II.2.6)

Estimated value

Value excluding VAT: 84000000.00  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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.
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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.
II.2)

Description

II.2.1)

Title

Data, BI and Analytics Services
Lot No:  3
II.2.2)

Additional CPV code(s)

72100000  -  Hardware consultancy services
72200000  -  Software programming and consultancy services
72230000  -  Custom software development services
72300000  -  Data services
72400000  -  Internet services
72500000  -  Computer-related services
72600000  -  Computer support and consultancy services
72700000  -  Computer network services
72800000  -  Computer audit and testing services
72900000  -  Computer back-up and catalogue conversion services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined in Section 1.4 below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework
Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the
“Services”).
In summary, the External ICT Technical Support Services to be delivered in Lots 1 - 5 (as set out in section 1.3 below) comprise:
The provision of teams of external ICT technical resources, to augment the in-house capacity of Framework Clients (as defined in 1.4 below) to deliver ICT projects and/or ICT support services as may be required by Framework Clients as follows;
i) To deliver ICT projects:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to deliver an end to end ICT project;
Or
ii) To provide ICT support services:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to augment its internal ICT capacity to deliver ICT
support services. In this instance, the Framework Clients’ internal capacity may
comprise a mix of in-house and/or external resources;
Or
iii) A combination of both of the above Services.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Proposed Approach to Team Selection and Assignment  /  Weighting:  2500
Quality criterion  -  Name:  Quality of the Proposed Approach to Service Continuity  /  Weighting:  2000
Quality criterion  -  Name:  Quality of the Proposed Approach to Resource/Contract Management  /  Weighting:  1500
Cost criterion  -  Name:  Cost  /  Weighting:  4000
II.2.6)

Estimated value

Value excluding VAT: 13000000.00  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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.
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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.
II.2)

Description

II.2.1)

Title

Cyber Security Services
Lot No:  4
II.2.2)

Additional CPV code(s)

72100000  -  Hardware consultancy services
72200000  -  Software programming and consultancy services
72230000  -  Custom software development services
72300000  -  Data services
72400000  -  Internet services
72500000  -  Computer-related services
72600000  -  Computer support and consultancy services
72700000  -  Computer network services
72800000  -  Computer audit and testing services
72900000  -  Computer back-up and catalogue conversion services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined in Section 1.4 below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework
Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the
“Services”).
In summary, the External ICT Technical Support Services to be delivered in Lots 1 - 5 (as set out in section 1.3 below) comprise:
The provision of teams of external ICT technical resources, to augment the in-house capacity of Framework Clients (as defined in 1.4 below) to deliver ICT projects and/or ICT support services as may be required by Framework Clients as follows;
i) To deliver ICT projects:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to deliver an end to end ICT project;
Or
ii) To provide ICT support services:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to augment its internal ICT capacity to deliver ICT
support services. In this instance, the Framework Clients’ internal capacity may
comprise a mix of in-house and/or external resources;
Or
iii) A combination of both of the above Services.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Proposed Approach to Team Selection and Assignment  /  Weighting:  2500
Quality criterion  -  Name:  Quality of the Proposed Approach to Service Continuity  /  Weighting:  2000
Quality criterion  -  Name:  Quality of the Proposed Approach to Resource/Contract Management  /  Weighting:  1500
Cost criterion  -  Name:  Cost  /  Weighting:  4000
II.2.6)

Estimated value

Value excluding VAT: 13000000.00  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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.
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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.
II.2)

Description

II.2.1)

Title

Multi-Category Services
Lot No:  5
II.2.2)

Additional CPV code(s)

72100000  -  Hardware consultancy services
72200000  -  Software programming and consultancy services
72230000  -  Custom software development services
72300000  -  Data services
72400000  -  Internet services
72500000  -  Computer-related services
72600000  -  Computer support and consultancy services
72700000  -  Computer network services
72800000  -  Computer audit and testing services
72900000  -  Computer back-up and catalogue conversion services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined in Section 1.4 below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework
Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the
“Services”).
In summary, the External ICT Technical Support Services to be delivered in Lots 1 - 5 (as set out in section 1.3 below) comprise:
The provision of teams of external ICT technical resources, to augment the in-house capacity of Framework Clients (as defined in 1.4 below) to deliver ICT projects and/or ICT support services as may be required by Framework Clients as follows;
i) To deliver ICT projects:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to deliver an end to end ICT project;
Or
ii) To provide ICT support services:
where a Framework Client requires a team of technical resources (to be provided
by a single service provider) to augment its internal ICT capacity to deliver ICT
support services. In this instance, the Framework Clients’ internal capacity may
comprise a mix of in-house and/or external resources;
Or
iii) A combination of both of the above Services.
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: 56000000.00  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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.
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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a
period or periods of up to twelve (12) months with a maximum of one (1) such extension or
extensions on the same terms and conditions, subject to the Contracting Authority’s
obligations at law. The Term will not exceed four (4) years in aggregate.

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 consult the RFT documentation for this competition (RFT 188861)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 188861)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 188861)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 188861)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 188861)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT 188861)

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:  180
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 242-597757
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/06/2021
Local time:  12:00
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 : 9  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  09/06/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18866000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors.