CfT to establish a Multi Supplier Framework Agreement for the delivery of the Department of Social Protection Technical Platform Development

The provision of external Information and Communications Technology ICT support to work with in-house and multi-vendor teams on a range of business applications and technical architectures in a secure and data sensitive environment. The work will cover but not limited to Design and development of new systems and solutions Support, …

CPV: 72000000 ИТ услуги: консултации, разработване на софтуер, Интернет и поддръжка, 73000000 Научни изследвания и експериментални разработки и свързаните с тях консултантски услуги, 75000000 Услуги на държавното управление и отбраната; услуги по задължително обществено осигуряване, 48000000 Софтуерни пакети и информационни системи
Място на изпълнение:
CfT to establish a Multi Supplier Framework Agreement for the delivery of the Department of Social Protection Technical Platform Development
Издаващ орган:
Department of Social Protection_349
Номер на наградата:
0

1. Buyer

1.1 Buyer

Official name : Department of Social Protection_349
Legal type of the buyer : Central government authority
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : CfT to establish a Multi Supplier Framework Agreement for the delivery of the Department of Social Protection Technical Platform Development
Description : The provision of external Information and Communications Technology ICT support to work with in-house and multi-vendor teams on a range of business applications and technical architectures in a secure and data sensitive environment. The work will cover but not limited to Design and development of new systems and solutions Support, maintenance and enhancement of existing applications Computer language and tool support Business intelligence/analytics Architecture and ongoing standards implementation. Up to the top five highest ranking Tenderers for the Framework shall be awarded a place on the Framework and entry to any future mini-competitions as hereinafter defined Mini-Competition initiated by way of a Supplementary Call for Tender sCfT. The first contract to be awarded pursuant to this competition is to deliver consultancy support for Household Benefits as more particularly described in Appendix 1 Part 2 the Initial Contract. Up to the top five highest ranking Tenderers for the Framework will proceed to be scored for the Initial Contract for HHB. The highest-ranking Tender at this stage may be awarded the Initial Contract for HHB. The Department reserve the right to not award an initial contract for HHB on foot of this Competition. Tenderers should note that is there is no guarantee that the initial contract for HHB will proceed. Tenderers should note that Projects and ICT supports procured under the Framework will need to interact with and potentially make changes to the Department’s Microsoft SharePoint platform, Oracle, General Register Office platform the Department’s Power Platform and on versions of the Department’s Business Object Model implementation BOMi platform. This is an non-exhaustive list. Please refer to Appendix 1 – Part 3 for more detail on the background to BOMi and systems used in DSP.
Procedure identifier : 4bb89517-bdb0-4508-adaa-c83f0b00bed2
Previous notice : d62e2925-6d0b-4e6d-8e7c-6f163a2e0321-01
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 48000000 Software package and information systems

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 335 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : CfT to establish a Multi Supplier Framework Agreement for the delivery of the Department of Social Protection Technical Platform Development
Description : The provision of external Information and Communications Technology (ICT) support to work with in-house and multi-vendor teams on a range of business applications and technical architectures in a secure and data sensitive environment. The work will cover, but not limited to: • Design and development of new systems and solutions. • Support, maintenance and enhancement of existing applications. • Computer language and tool support. • Business intelligence/analytics. • Architecture and ongoing standards implementation. Up to the top five (5) highest ranking Tenderers for the Framework shall be awarded a place on the Framework and entry to any future mini-competitions (as hereinafter defined “Mini-Competition”) initiated by way of a Supplementary Call for Tender (“sCfT”). The first contract to be awarded pursuant to this competition is to deliver consultancy support for Household Benefits (HHB) as more particularly described in Appendix 1 Part 2, (the “Initial Contract”). Up to the top five (5) highest ranking Tenderers for the Framework will proceed to be scored for the Initial Contract for HHB. The highest-ranking Tender at this stage may be awarded the Initial Contract for HHB. The Department reserve the right to not award an initial contract for HHB on foot of this Competition. Tenderers should note that is there is no guarantee that the initial contract for HHB will proceed. Tenderers should note that Projects and ICT supports procured under the Framework will need to interact with and potentially make changes to the Department’s Microsoft SharePoint platform, Oracle, General Register Office (GRO) platform, the Department’s Power Platform and on versions of the Department’s Business Object Model implementation (BOMi) platform. This is an non-exhaustive list. Please refer to Appendix 1 – Part 3 for more detail on the background to BOMi and systems used in DSP. Prior Information Notice - https://ted.europa.eu/udl?uri=TED:NOTICE:122441-2024:PDF:EN:HTML
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 48000000 Software package and information systems
Options :
Description of the options : The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve months with a maximum of two 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 years in aggregate.

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 27/03/2025
Duration end date : 26/03/2027

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Refer to CFT document
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : Cost @ 35%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name :
Description : Quality @ 65%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 65
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Refer to CFT document

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : Refer to CFT document
Organisation providing offline access to the procurement documents : Department of Social Protection_349 -

6. Results

Approximate value of the framework agreements : 335 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Re-estimated value of the framework agreement : 335 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : BearingPoint Ireland_8958
Tender :
Tender identifier : 000090124
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 418579
Date of the conclusion of the contract : 27/03/2025
Winner :
Official name : Version 1
Tender :
Tender identifier : 000090174
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 418582
Date of the conclusion of the contract : 27/03/2025
Winner :
Official name : Ernst and Young_86592_(Main Account)
Tender :
Tender identifier : 000090169
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 418581
Date of the conclusion of the contract : 27/03/2025
Winner :
Official name : Accenture Limited (Primary Account)
Tender :
Tender identifier : 000090147
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 418578
Date of the conclusion of the contract : 27/03/2025
Winner :
Official name : Deloitte Ireland LLP
Tender :
Tender identifier : 000090095
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 418580
Date of the conclusion of the contract : 27/03/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 9

8. Organisations

8.1 ORG-0001

Official name : Department of Social Protection_349
Registration number : 4000094U
Postal address : Áras Mhic Dhiarmada, Store Street,
Town : Dublin 1
Postcode : D01 WY03
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 017043000
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : BearingPoint Ireland_8958
Registration number : 3144016
Postal address : Montague House, Adelaide Road, Dublin 2
Town : Dublin
Postcode : D02 K039
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35314181176
Internet address : www.bearingpoint.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : Version 1
Registration number : 257302
Postal address : Millennium House, Millennium Walkway, Dublin 1,
Town : Dublin
Postcode : D01F5P8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 018657800
Fax : 018657801
Internet address : www.version1.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : Ernst and Young_86592_(Main Account)
Registration number : Does Not Apply
Postal address : EY Building, Harcourt Centre, Harcourt Street, Dublin 2, Ireland.
Town : Dublin
Postcode : D02 YA40
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 014750555
Internet address : https://www.ey.com/en_ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : Accenture Limited (Primary Account)
Registration number : 340745
Postal address : 1 Grand Canal Square, Grand Canal Harbour,
Town : Dublin
Postcode : D02P820
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : (01) 646 2000
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0006

Official name : Deloitte Ireland LLP
Registration number : NC001499
Postal address : Deloitte and Touche House
Town : Dublin 2
Postcode : D02 AY28
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 417 3735
Internet address : www.deloitte.com/ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0007

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0008

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 4ba991cd-b959-4daf-89a3-5e6f6e30b232 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 23/04/2025 12:19 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00264449-2025
OJ S issue number : 80/2025
Publication date : 24/04/2025