II.1)
Scope of the procurement
IPS011F - Multi Supplier Framework Agreement for External ICT Technical Support Services (Provided by Teams of Resources) (1)
Reference number:
PROJ000005516
72000000
-
IT services: consulting, software development, Internet and support
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.1.6)
Information about lots
This contract is divided into lots:
yes
II.1.7)
Total value of the procurement
Value excluding VAT:
250000000.00
EUR
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
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.
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.2.11)
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.
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
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.
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.2.11)
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.
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
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.
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.2.11)
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.
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
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.
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.2.11)
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.
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
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.
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.2.11)
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
Appointment to Lot 5 will be determined following the evaluation of Tenders for Lots 1-4.Where a Tenderer is successful in being appointed to 2 or more of the Framework Agreement Lots 1-4 (in accordance with rules set out for Lots 1-4), where it meets Selection Criteria for Lot 5 in the RFT it will be appointed to the Framework Agreement for Lot 5