Single-Party Framework Agreement for the provision of Adobe Suite licences and subscriptions renewals

The Department of Justice, Home Affairs and Migration invite tenders for the provision of Adobe Suite licensing services under a single-party framework agreement. The purpose of this RFT is to establish a contract with a single supplier to ensure the timely procurement, management, and support of Adobe Suite in compliance …

CPV: 48000000 Software package and information systems, 48218000 License management software package, 48300000 Document creation, drawing, imaging, scheduling and productivity software package
spriocdháta:
Meith. 23, 2025, meán oíche
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Single-Party Framework Agreement for the provision of Adobe Suite licences and subscriptions renewals
clárlann:
Department of Justice
uimhir dámhachtana:
0

1. Buyer

1.1 Buyer

Official name : Department of Justice
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Single-Party Framework Agreement for the provision of Adobe Suite licences and subscriptions renewals
Description : The Department of Justice, Home Affairs and Migration invite tenders for the provision of Adobe Suite licensing services under a single-party framework agreement. The purpose of this RFT is to establish a contract with a single supplier to ensure the timely procurement, management, and support of Adobe Suite in compliance with Adobe’s licensing agreements. The Contracting Authority is seeking a suitably resourced provider for the supply of software licences, subscriptions and renewals. Please note that the Contracting Authority provides no guarantee to any future expenditure beyond the initial contract detailed in the RFT. It is emphasised that a framework agreement constitutes no guarantee to purchase a specific quantity of supplies from a particular economic operator.
Procedure identifier : 3f240d3a-6619-4dae-8896-e433d35aa808
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 : Supplies
Main classification ( cpv ): 48218000 License management software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 300 000 Euro
Maximum value of the framework agreement : 3 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single-Party Framework Agreement for the provision of Adobe Suite licences and subscriptions renewals
Description : The Department of Justice, Home Affairs and Migration invite tenders for the provision of Adobe Suite licensing services under a single-party framework agreement. The purpose of this RFT is to establish a contract with a single supplier to ensure the timely procurement, management, and support of Adobe Suite in compliance with Adobe’s licensing agreements. The Contracting Authority is seeking a suitably resourced provider for the supply of software licences, subscriptions and renewals. Please note that the Contracting Authority provides no guarantee to any future expenditure beyond the initial contract detailed in the RFT. It is emphasised that a framework agreement constitutes no guarantee to purchase a specific quantity of supplies from a particular economic operator.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48218000 License management software package
Additional classification ( cpv ): 48000000 Software package and information systems

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Euro
Maximum value of the framework agreement : 3 000 000 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 : No strategic procurement
Approach to reducing environmental impacts : Other
Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.10 Award criteria

Criterion :
Type : Price
Name : Absolute Cost
Description :
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 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 : Not allowed
Deadline for receipt of tenders : 23/06/2025 00:00 +01:00
Deadline until which the tender must remain valid : 90 Day
Information about public opening :
Opening date : 23/06/2025 00:30 +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 : 30 days
Organisation providing offline access to the procurement documents : Department of Justice -
Organisation receiving requests to participate : Department of Justice -
Organisation processing tenders : Department of Justice -

8. Organisations

8.1 ORG-0001

Official name : Department of Justice
Registration number : Department of Justice
Postal address : 51 St Stephen's Green
Town : Dublin
Postcode : D02 HK52
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 016028202
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 : a4b56eb9-b610-4747-8a02-62797dd4c871 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 17:46 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00344997-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025