Multi operator framework agreement for the provision of Software Licences to the Irish Prison Service

The Contracting Authority proposes to engage in a competitive process for the establishment of a Multi-Party framework agreement for the supply and maintenance of ICT licences for Irish Prison Service. The Contracting Authority proposes to engage in a competitive process for the establishment of a Multi-Party framework agreement for the …

CPV: 48160000 Library software package, 48000000 Software package and information systems, 48100000 Industry specific software package, 48151000 Computer control system, 48170000 Compliance software package, 48190000 Educational software package, 48210000 Networking software package, 48213000 Operating system enhancement software package, 48219000 Miscellaneous networking software package, 48219300 Administration software package, 48316000 Presentation software package, 48222000 Web server software package, 48310000 Document creation software package, 48311000 Document management software package, 48311100 Document management system, 48314000 Voice recognition software package, 48315000 Desktop-publishing software package, 48517000 IT software package, 48327000 Drawing and painting software package, 48328000 Image-processing software package, 48330000 Scheduling and productivity software package, 48332000 Scheduling software package, 48400000 Business transaction and personal business software package, 48422000 Software package suites, 48510000 Communication software package, 48511000 Desktop communications software package, 48514000 Remote access software package, 48515000 Video conferencing software package, 48520000 Multimedia software package, 48521000 Music or sound editing software package, 48611000 Database software package, 48760000 Virus protection software package, 48730000 Security software package, 48731000 File security software package, 48732000 Data security software package, 48761000 Anti-virus software package, 48800000 Information systems and servers, 48825000 Web servers, 48900000 Miscellaneous software package and computer systems, 48930000 Training and entertainment software package, 48931000 Training software package
Deadline:
July 24, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
Multi operator framework agreement for the provision of Software Licences to the Irish Prison Service
Awarding body:
Irish Prison Service
Award number:
0

1. Buyer

1.1 Buyer

Official name : Irish Prison Service
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : Multi operator framework agreement for the provision of Software Licences to the Irish Prison Service
Description : The Contracting Authority proposes to engage in a competitive process for the establishment of a Multi-Party framework agreement for the supply and maintenance of ICT licences for Irish Prison Service.
Procedure identifier : 21bfd3cc-492e-485d-bdef-d794add20f25
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48222000 Web server software package
Additional classification ( cpv ): 48310000 Document creation software package
Additional classification ( cpv ): 48311000 Document management software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48314000 Voice recognition software package
Additional classification ( cpv ): 48315000 Desktop-publishing software package
Additional classification ( cpv ): 48316000 Presentation software package
Additional classification ( cpv ): 48327000 Drawing and painting software package
Additional classification ( cpv ): 48328000 Image-processing software package
Additional classification ( cpv ): 48330000 Scheduling and productivity software package
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48332000 Scheduling software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48422000 Software package suites
Additional classification ( cpv ): 48510000 Communication software package
Additional classification ( cpv ): 48511000 Desktop communications software package
Additional classification ( cpv ): 48514000 Remote access software package
Additional classification ( cpv ): 48515000 Video conferencing software package
Additional classification ( cpv ): 48517000 IT software package
Additional classification ( cpv ): 48520000 Multimedia software package
Additional classification ( cpv ): 48521000 Music or sound editing software package
Additional classification ( cpv ): 48151000 Computer control system
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48760000 Virus protection software package
Additional classification ( cpv ): 48761000 Anti-virus software package
Additional classification ( cpv ): 48731000 File security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48825000 Web servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 48930000 Training and entertainment software package
Additional classification ( cpv ): 48160000 Library software package
Additional classification ( cpv ): 48931000 Training software package
Additional classification ( cpv ): 48170000 Compliance software package
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 48210000 Networking software package
Additional classification ( cpv ): 48213000 Operating system enhancement software package
Additional classification ( cpv ): 48219000 Miscellaneous networking software package
Additional classification ( cpv ): 48219300 Administration software package

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 30 000 000 Euro

2.1.4 General information

Additional information : Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using eTenders Resource ID – 5964495 Interested parties must associate their organisation with this competition on the eTenders web site ( www.etenders.gov.ie ) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (1) When finalising your tender submission please upload your final response as a ZIP file as individual documents may lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not necessarily imply you have successfully submitted your response. (2) There is a maximum upload limit of 250MB per file and 500MB per tender submission. (3) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline. (4) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (5) Tenders submitted by any other means (including but not limited to email, post, messaging system on etenders or hand delivery) will not be accepted. (6) All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal ( www.etenders.gov.ie ) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties. (7) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie . The details of the person making a query will not be disclosed when circulating the response (8) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition. (10) Where applicable, please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type, or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended. (11) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Multi operator framework agreement for the provision of Software Licences to the Irish Prison Service
Description : The Contracting Authority proposes to engage in a competitive process for the establishment of a Multi-Party framework agreement for the supply and maintenance of ICT licences for Irish Prison Service.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48222000 Web server software package
Additional classification ( cpv ): 48310000 Document creation software package
Additional classification ( cpv ): 48311000 Document management software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48314000 Voice recognition software package
Additional classification ( cpv ): 48315000 Desktop-publishing software package
Additional classification ( cpv ): 48316000 Presentation software package
Additional classification ( cpv ): 48327000 Drawing and painting software package
Additional classification ( cpv ): 48328000 Image-processing software package
Additional classification ( cpv ): 48330000 Scheduling and productivity software package
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48332000 Scheduling software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48422000 Software package suites
Additional classification ( cpv ): 48510000 Communication software package
Additional classification ( cpv ): 48511000 Desktop communications software package
Additional classification ( cpv ): 48514000 Remote access software package
Additional classification ( cpv ): 48515000 Video conferencing software package
Additional classification ( cpv ): 48517000 IT software package
Additional classification ( cpv ): 48520000 Multimedia software package
Additional classification ( cpv ): 48521000 Music or sound editing software package
Additional classification ( cpv ): 48151000 Computer control system
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48760000 Virus protection software package
Additional classification ( cpv ): 48761000 Anti-virus software package
Additional classification ( cpv ): 48731000 File security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48825000 Web servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 48930000 Training and entertainment software package
Additional classification ( cpv ): 48160000 Library software package
Additional classification ( cpv ): 48931000 Training software package
Additional classification ( cpv ): 48170000 Compliance software package
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 48210000 Networking software package
Additional classification ( cpv ): 48213000 Operating system enhancement software package
Additional classification ( cpv ): 48219000 Miscellaneous networking software package
Additional classification ( cpv ): 48219300 Administration software package

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Euro
Maximum value of the framework agreement : 30 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
Approach to reducing environmental impacts : Climate change mitigation

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

5.1.12 Terms of procurement

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 : 24/07/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 24/07/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 12
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
Organisation providing offline access to the procurement documents : Irish Prison Service
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Irish Prison Service
Organisation processing tenders : Irish Prison Service

8. Organisations

8.1 ORG-0001

Official name : Irish Prison Service
Registration number : Unknown
Postal address : Irish Prison Service HQ, IDA Business Park, Ballinalee Road, Longford Ireland
Town : Longford
Postcode : N39 A308
Country subdivision (NUTS) : Midland ( IE063 )
Country : Ireland
Telephone : +353 433335100
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

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
Organisation providing more information on the review procedures

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 : 641d97f2-d464-4c23-8af2-dedb78d151d6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/06/2025 14:55 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00412300-2025
OJ S issue number : 120/2025
Publication date : 26/06/2025