New Solutions Social Innovation Hub

The Contracting Authority invites Tenders for the establishment of a single party framework agreement with a suitably qualified service provider(s) to design, develop and operate a Social Innovation Hub to deliver a suite of supports to social innovation initiatives. The Hub will also provide ongoing case management to social innovation …

CPV: 80500000 Training services, 75100000 Administration services, 75112000 Administrative services for business operations, 75112100 Administrative development project services, 79998000 Coaching services, 79400000 Business and management consultancy and related services, 79900000 Miscellaneous business and business-related services, 80000000 Education and training services, 80532000 Management training services, 98110000 Services furnished by business, professional and specialist organisations
spriocdháta:
Meith. 23, 2025, nóin
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
New Solutions Social Innovation Hub
clárlann:
Pobal
uimhir dámhachtana:
0364

1. Buyer

1.1 Buyer

Official name : Pobal
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : New Solutions Social Innovation Hub
Description : The Contracting Authority invites Tenders for the establishment of a single party framework agreement with a suitably qualified service provider(s) to design, develop and operate a Social Innovation Hub to deliver a suite of supports to social innovation initiatives. The Hub will also provide ongoing case management to social innovation initiatives who receive funding under this project. The Hub will design and implement an early-stage idea generation, validation and foundational skills programme (Ideas Academy) to help individuals and groups turn emerging ideas for social change into viable, impactful initiatives. The Hub will be required to develop a detailed social innovation project plan spanning the term of the Framework Agreement as well as a series of reports outlining progress, lessons learnt and impact of the Hub’s activities. New Solutions is co-funded by the Government of Ireland and the EU through the European Social Fund Plus EIST 2021-2027 Programme. The EIST Programme involves a total investment of over Eur1.08 billion (Eur508 million from the EU and Eur573 million from the Government of Ireland). Under the EIST Programme, the breakdown of co-funding specifically for New Solutions is as follows: EU allocation: 95 percent; Government of Ireland: 5 percent. The overarching objective for New Solutions is to enhance the social innovation ecosystem in Ireland by, ‘fostering active inclusion, promoting equal opportunities, non-discrimination and active participation, and to improve employability, for disadvantaged groups including through the social enterprise business model.’ This objective of the fund has been broken down further as follows: Objective 1: Support the development of a social innovation ecosystem through awareness-raising and maximising synergies with other key public policies in the areas of social inclusion, social enterprise and community led local development Objective 2: Capacity building supports for Social Innovation initiatives at national, regional, local and/or community levels Objective 3: Fund Social Innovation Pilot Programmes to address significant social and environmental challenges Objective 4: Create an enabling environment which will allow social innovation to thrive and to support scaling up of social innovations This competition is to award a single party framework agreement from which an initial contract for 39 months, with a maximum spend of Eur 2.8m including VAT, for the following five tasks: 1. Development of a Social Innovation Hub 2. Development of a blended reporting framework 3. Design, develop and roll out an early-stage Social Innovation Ideas Academy programme 4. Ongoing case management of social innovation initiatives 5. Design, develop and implement an appropriate grant funding model Note: This competition is being run in accordance with Regulation 74 of the European Union (Award of Public Authority Contracts) Regulations 2016 and accordingly is subject only to limited aspects of the Regulations.
Procedure identifier : 3dd5e74c-94d2-4159-810f-7096e93f7398
Internal identifier : 0364
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : This is a single stage procedure with with negotiation as the service comprises a Title III Service in accordance with Directive 2014/24/EU and the Irish Regulations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75100000 Administration services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75112000 Administrative services for business operations
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 79998000 Coaching services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79900000 Miscellaneous business and business-related services
Additional classification ( cpv ): 98110000 Services furnished by business, professional and specialist organisations
Additional classification ( cpv ): 80532000 Management training services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 9 000 000 Euro
Maximum value of the framework agreement : 9 000 000 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 – 5714976 (1) 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. (2) 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. (3) There is a maximum upload limit of 250MB per file and 500MB per tender submission. (4) 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. (5) 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). (6) Tenders submitted by any other means (including but not limited to email, post, messaging system on etenders or hand delivery) will not be accepted. (7) 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. (8) 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 (9) The estimated value range for the framework is €2,800,000 - €9,000,000 (including VAT). It is emphasised, however, that these figures are provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement. (10) 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. (11) 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. (12) 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. (13) 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 : New Solutions Social Innovation Hub
Description : The Contracting Authority invites Tenders for the establishment of a single party framework agreement with a suitably qualified service provider(s) to design, develop and operate a Social Innovation Hub to deliver a suite of supports to social innovation initiatives. The Hub will also provide ongoing case management to social innovation initiatives who receive funding under this project. The Hub will design and implement an early-stage idea generation, validation and foundational skills programme (Ideas Academy) to help individuals and groups turn emerging ideas for social change into viable, impactful initiatives. The Hub will be required to develop a detailed social innovation project plan spanning the term of the Framework Agreement as well as a series of reports outlining progress, lessons learnt and impact of the Hub’s activities. New Solutions is co-funded by the Government of Ireland and the EU through the European Social Fund Plus EIST 2021-2027 Programme. The EIST Programme involves a total investment of over Eur1.08 billion (Eur508 million from the EU and Eur573 million from the Government of Ireland). Under the EIST Programme, the breakdown of co-funding specifically for New Solutions is as follows: EU allocation: 95 percent; Government of Ireland: 5 percent. The overarching objective for New Solutions is to enhance the social innovation ecosystem in Ireland by, ‘fostering active inclusion, promoting equal opportunities, non-discrimination and active participation, and to improve employability, for disadvantaged groups including through the social enterprise business model.’ This objective of the fund has been broken down further as follows: Objective 1: Support the development of a social innovation ecosystem through awareness-raising and maximising synergies with other key public policies in the areas of social inclusion, social enterprise and community led local development Objective 2: Capacity building supports for Social Innovation initiatives at national, regional, local and/or community levels Objective 3: Fund Social Innovation Pilot Programmes to address significant social and environmental challenges Objective 4: Create an enabling environment which will allow social innovation to thrive and to support scaling up of social innovations This competition is to award a single party framework agreement from which an initial contract for 39 months, with a maximum spend of Eur 2.8m including VAT, for the following five tasks: 1. Development of a Social Innovation Hub 2. Development of a blended reporting framework 3. Design, develop and roll out an early-stage Social Innovation Ideas Academy programme 4. Ongoing case management of social innovation initiatives 5. Design, develop and implement an appropriate grant funding model Note: This competition is being run in accordance with Regulation 74 of the European Union (Award of Public Authority Contracts) Regulations 2016 and accordingly is subject only to limited aspects of the Regulations.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75100000 Administration services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75112000 Administrative services for business operations
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 79998000 Coaching services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79900000 Miscellaneous business and business-related services
Additional classification ( cpv ): 98110000 Services furnished by business, professional and specialist organisations
Additional classification ( cpv ): 80532000 Management training services
Options :
Description of the options : Framework is initially for 39 months with the option to extend for a maximum period of an additional period of 36 months, which could be on an annual basis

5.1.3 Estimated duration

Duration : 75 Month

5.1.4 Renewal

Maximum renewals : 3

5.1.5 Value

Estimated value excluding VAT : 9 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : European Social Fund Plus (ESF+) (2021/2027)
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Tenderers must provide details of the implementation of Sustainable Practices (consideration given to environmental and social impacts as well as economic) for all services under the Framework Agreement. This may include procurement practices, staff practices, operational practices and promotion of sustainability throughout all service elements.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : National Green Public Procurement criteria

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 expressions of interest : 23/06/2025 12:00 +01:00
Deadline for receipt of tenders : 23/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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 -
Organisation providing offline access to the procurement documents : Pobal -
Organisation receiving requests to participate : Pobal -
Organisation processing tenders : Pobal -

8. Organisations

8.1 ORG-0001

Official name : Pobal
Registration number : 194360
Postal address : Holbrook House, Holles Street, Dublin 2,
Town : Dublin
Postcode : D02 EY84
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +3531511700
Internet address : https://www.pobal.ie/
Buyer profile : https://www.pobal.ie/
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

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 : d489ec43-2cb9-4e1b-9d27-3bbfb929fe52 - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 19/05/2025 17:44 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00326186-2025
OJ S issue number : 97/2025
Publication date : 21/05/2025