Provision of Microsoft Services Support and Associated Services (Ref 0384)

The Contracting Authority seeks to establish a Framework Agreement with a suitably qualified tenderer to meet the requirements for the support and maintenance of Microsoft and associated services. The Contracting Authority ICT infrastructure is a closely integrated ecosystem, uniquely configured to meet the organisation’s operational needs. While the Contracting Authority …

CPV: 72222300 Diensten in verband met informatietechnologie, 72000000 IT-diensten: adviezen, softwareontwikkeling, internet en ondersteuning, 72610000 Computerondersteuningsdiensten, 72611000 Technische computerondersteuningsdiensten, 72600000 Diensten voor computerondersteuning en -advies, 72540000 Computerupgrading, 72500000 Informaticadiensten, 72220000 Systeem- en technisch advies, 72250000 Systeem- en ondersteuningsdiensten, 72260000 Diensten in verband met software, 72267100 Onderhoud van software voor informatietechnologie, 72267200 Reparatie van software voor informatietechnologie
Deadline:
24 november 2025 12:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Provision of Microsoft Services Support and Associated Services (Ref 0384)
Toekennende instantie:
Pobal
Gunningsnummer:
0

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 : Provision of Microsoft Services Support and Associated Services (Ref 0384)
Description : The Contracting Authority seeks to establish a Framework Agreement with a suitably qualified tenderer to meet the requirements for the support and maintenance of Microsoft and associated services. The Contracting Authority ICT infrastructure is a closely integrated ecosystem, uniquely configured to meet the organisation’s operational needs. While the Contracting Authority ICT staff possess expertise across the majority of the Microsoft product suite and related technologies, external support remains a critical component in ensuring the efficient and uninterrupted operation of day-to-day services. The Contracting Authority invites responses from suitably qualified tenderers to be appointed as their Enterprise ICT Microsoft Services Framework Agreement partner, in accordance with the specific requirements outlined in the tender documentation. It should be noted that these requirements reflect the current Microsoft-based environment, and the Framework must allow for flexibility to accommodate additional or alternative software and services related to Microsoft applications and associated technologies.
Procedure identifier : 1b0298cc-a124-45ca-a3b5-673c3b91b153
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : As stated in the tender documentation.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72610000 Computer support services
Additional classification ( cpv ): 72611000 Technical computer support services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72540000 Computer upgrade services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72267100 Maintenance of information technology software
Additional classification ( cpv ): 72267200 Repair of information technology software

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 1 500 000 Euro
Maximum value of the framework agreement : 1 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of Microsoft Services Support and Associated Services (Ref 0384)
Description : The Contracting Authority seeks to establish a Framework Agreement with a suitably qualified tenderer to meet the requirements for the support and maintenance of Microsoft and associated services. The Contracting Authority ICT infrastructure is a closely integrated ecosystem, uniquely configured to meet the organisation’s operational needs. While the Contracting Authority ICT staff possess expertise across the majority of the Microsoft product suite and related technologies, external support remains a critical component in ensuring the efficient and uninterrupted operation of day-to-day services. The Contracting Authority invites responses from suitably qualified tenderers to be appointed as their Enterprise ICT Microsoft Services Framework Agreement partner, in accordance with the specific requirements outlined in the tender documentation. It should be noted that these requirements reflect the current Microsoft-based environment, and the Framework must allow for flexibility to accommodate additional or alternative software and services related to Microsoft applications and associated technologies.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72610000 Computer support services
Additional classification ( cpv ): 72611000 Technical computer support services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72540000 Computer upgrade services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72267100 Maintenance of information technology software
Additional classification ( cpv ): 72267200 Repair of information technology software

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 1 500 000 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 : Reduction of environmental impacts
Description : Award Criteria includes: Environmental, Social and Governance ­ Tenderers must outline their measures for integrating environmental and social considerations into the service. Any measure proposed must be concrete, pertinent to the subject matter, and verifiable. They may relate but are not limited to: ­ Promoting accessibility ­ Ethical use of technology and data For each measure, please outline roles and responsibilities and provide a methodology for monitoring and reporting the implementation to the Contracting Authority. Marks will be awarded based on the scope, level of detail and verifiability of the measures. Any measure accepted by the Contracting Authority will form part of the terms and conditions of the contract with the successful tenderer.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Name : Award criteria as stated in the tender documentation.

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 : 14/11/2025 12:00 +01:00

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 : 24/11/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 24/11/2025 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

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
Organisation providing offline access to the procurement documents : Pobal
Organisation providing more information on the review procedures : The High Court of Ireland
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 : +353 1 5117000
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
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 : 9b8eb5d0-9e01-4bd0-9db0-221d8ef67d65 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/10/2025 14:00 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00698521-2025
OJ S issue number : 204/2025
Publication date : 23/10/2025