Single -party Strategic Partnership Framework for the Provision of Infrastructure, Technology and Resourcing and Associated Services

The Contracting Authority is proposing to engage in a tender process for a place on a single-party framework agreement for the provision of Strategic Infrastructure, Technology and Resourcing and related services to the Residential Tenancies Board. Services to be provided under the framework agreement and initial call-off contract include but …

CPV: 72000000 Informační technologie: poradenství, vývoj programového vybavení, internet a podpora, 72100000 Poradenské služby v oblasti technického vybavení počítačů, 72200000 Programování programového vybavení a poradenské služby, 72300000 Datové služby, 72400000 Internetové služby, 72500000 Výpočetní služby, 72600000 Výpočetní podpora a poradenské služby, 72700000 Počítačové sítě, 72800000 Audity a testování počítačů, 72900000 Zálohování počítačů a zpracování počítačových katalogů
Termín:
14. května 2025 17:00
Typ lhůty:
Podání nabídky
Místo provedení:
Single -party Strategic Partnership Framework for the Provision of Infrastructure, Technology and Resourcing and Associated Services
Misto zadání:
Residential Tenancies Board
Číslo zakázky:
0

1. Buyer

1.1 Buyer

Official name : Residential Tenancies Board
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Single -party Strategic Partnership Framework for the Provision of Infrastructure, Technology and Resourcing and Associated Services
Description : The Contracting Authority is proposing to engage in a tender process for a place on a single-party framework agreement for the provision of Strategic Infrastructure, Technology and Resourcing and related services to the Residential Tenancies Board. Services to be provided under the framework agreement and initial call-off contract include but are not limited to: 1. Consulting Services and ICT Architecture Services 2. Service and Help Desk Services 3. Project Management Services 4. Application Development, Maintenance and Support Services (existing and future) 5. Business Intelligence (BI) Services 6. Security Services 7. Cloud Services 8. Infrastructure Services 9. End User Computing Services 10. Network, Telecoms, Communications Services 11. Software Licencing and Management Services
Procedure identifier : b20e8a2c-3433-4bc7-ac64-cda49af8c271
Type of procedure : Competitive dialogue
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 ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72800000 Computer audit and testing services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services

2.1.2 Place of performance

Postal address : O'Connell Bridge House, D'Olier Street, Dublin 2 O'Connell Bridge House, D'Olier Street, Dublin 2
Town : Dublin
Postcode : D02 RR99
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 26 950 000 Euro
Maximum value of the framework agreement : 35 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single -party Strategic Partnership Framework for the Provision of Infrastructure, Technology and Resourcing and Associated Services
Description : The Contracting Authority is proposing to engage in a tender process for a place on a single-party framework agreement for the provision of Strategic Infrastructure, Technology and Resourcing and related services to the Residential Tenancies Board. Services to be provided under the framework agreement and initial call-off contract include but are not limited to: 1. Consulting Services and ICT Architecture Services 2. Service and Help Desk Services 3. Project Management Services 4. Application Development, Maintenance and Support Services (existing and future) 5. Business Intelligence (BI) Services 6. Security Services 7. Cloud Services 8. Infrastructure Services 9. End User Computing Services 10. Network, Telecoms, Communications Services 11. Software Licencing and Management Services
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 ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72800000 Computer audit and testing services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services

5.1.2 Place of performance

Town : Dublin
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Start date : 31/10/2025
Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 35 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
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 : Fulfilment of social objectives
Description : Procurement of these services is essential for the RTB to achieve their social objectives and to provide the best service possible to the public.
Green Procurement Criteria : National Green Public Procurement criteria
Social objective promoted : Other

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 28/04/2025 12:00 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 30/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 14/05/2025 17:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 : Deadline for queries is 28/04/2025 at 12pm. Deadline for tender submissions is 14/05/2025 at 5pm.
Organisation providing offline access to the procurement documents : Residential Tenancies Board -
Organisation providing more information on the review procedures : Residential Tenancies Board -
Organisation receiving requests to participate : Residential Tenancies Board -
Organisation processing tenders : Residential Tenancies Board -

8. Organisations

8.1 ORG-0001

Official name : Residential Tenancies Board
Registration number : Unknown
Postal address : O'Connell Bridge House, D'Olier Street, Dublin 2
Town : Dublin
Postcode : D02 RR99
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Procurement & Vendor Management
Telephone : 01 702 8100
Buyer profile : https://www.rtb.ie/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

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-0003

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
Notice information
Notice identifier/version : bc38b7c0-873c-47f3-a419-5c550caf2f56 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 15:08 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00247054-2025
OJ S issue number : 75/2025
Publication date : 16/04/2025