Single-Party Framework Agreement for the provision, implementation and support of an Information and Case Management Solution and Related Services for the Office of the Inspector of Prisons (OIP)

The scope of the Framework Agreement: • A Software as a service (SaaS), cloud-based service for the Contracting Authority Information and Case Management solution, including: Initial implementation of the service(s); end-to-end managed service for the hosting, licencing, maintenance, development and support of the Contracting Authority's Information and Case Management service; …

CPV: 72000000 IT-szolgáltatások: tanácsadás, szoftverfejlesztés, internet és támogatás, 48612000 Adatbázis-kezelési rendszerek, 48611000 Adatbázis-kezelő szoftvercsomag, 48610000 Adatbázisrendszerek, 72212610 Adatbáziskezelő-szoftver fejlesztési szolgáltatások, 72212600 Adatbázis-kezelő és operációsrendszer-szoftverek fejlesztésével kapcsolatos szolgáltatások, 72320000 Adatbázis-szolgáltatások
Határidő:
2025. május 21. 12:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Single-Party Framework Agreement for the provision, implementation and support of an Information and Case Management Solution and Related Services for the Office of the Inspector of Prisons (OIP)
Díjat odaítélő szervezet:
Office of the Inspector of Prisons
Díj száma:
0

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Single-Party Framework Agreement for the provision, implementation and support of an Information and Case Management Solution and Related Services for the Office of the Inspector of Prisons (OIP)
Description : The scope of the Framework Agreement: • A Software as a service (SaaS), cloud-based service for the Contracting Authority Information and Case Management solution, including: Initial implementation of the service(s); end-to-end managed service for the hosting, licencing, maintenance, development and support of the Contracting Authority's Information and Case Management service; • Additional features and potential future enhancements; • Any related Services deemed necessary to support the application over the life of the framework.
Procedure identifier : 0480cda6-0d0c-4511-9b1d-8aa9ae7f1874
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 ): 48612000 Database-management system
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 72212610 Database software development services
Additional classification ( cpv ): 72212600 Database and operating software development services
Additional classification ( cpv ): 72320000 Database services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 500 000 Euro
Maximum value of the framework agreement : 500 000 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 – 5481361 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 : Single-Party Framework Agreement for the provision, implementation and support of an Information and Case Management Solution and Related Services for the Office of the Inspector of Prisons (OIP)
Description : The scope of the Framework Agreement: • A Software as a service (SaaS), cloud-based service for the Contracting Authority Information and Case Management solution, including: Initial implementation of the service(s); end-to-end managed service for the hosting, licencing, maintenance, development and support of the Contracting Authority's Information and Case Management service; • Additional features and potential future enhancements; • Any related Services deemed necessary to support the application over the life of the framework.
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 ): 48612000 Database-management system
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 72212610 Database software development services
Additional classification ( cpv ): 72212600 Database and operating software development services
Additional classification ( cpv ): 72320000 Database services
Options :
Description of the options : The initial call-off contract is - for a period of three (3) years. The Contracting Authority reserves the right to extend the Term of the initial contract for a period or periods of between twelve (12) and twenty-four (24) months on the same terms and conditions, subject to strategic alignment, satisfactory performance, budget availability and the Contracting Authority’s obligations at law.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 7 Year

5.1.5 Value

Estimated value excluding VAT : 500 000 Euro
Maximum value of the framework agreement : 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
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 : Reduction of environmental impacts
Description : Award criterion E - Specific Sustainability Measures
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria
Social objective promoted : Accessibility for all

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
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 21/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 21/05/2025 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 : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : To be agreed with the successful tenderer.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The extended duration for the framework has been selected for a number of reasons including: (a) The embedded and strategic nature of the proposed Information and Case Management solution amounts to a core enterprise system and to replace and transition from such a system in a shorter period would cause significant disruption to the workings of the Contracting Authority and the delivery of services. (b) The financial cost for the Contracting Authority in procuring the services will amount to a significant investment and this investment could not be optimised and the necessary return achieved if the services were required for a shorter period and would ultimately not deliver value for money on behalf of the taxpayer.
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 : In line with S.I. 130/2010.
Organisation providing offline access to the procurement documents : Office of the Inspector of Prisons -
Organisation receiving requests to participate : Office of the Inspector of Prisons -
Organisation processing tenders : Office of the Inspector of Prisons -

8. Organisations

8.1 ORG-0001

Official name : Office of the Inspector of Prisons
Registration number : not available
Postal address : 29 Molesworth Street
Town : Dublin
Postcode : D02 PF82
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 018592709
Internet address : www.oip.ie
Buyer profile : www.oip.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 : 90b5c062-3027-48f9-afd6-de5164bdcc0a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 13:34 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00245968-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025