Schools Management Information Systems/SMIS

The purpose of this call for tender is to seek responses from suitable suppliers for the provision of School Management Information Systems for all schools: - Primary and Community National Schools - Community Special Schools - Post Primary Schools, Post Leaving Certificate, and other centres under the remit of the …

CPV: 48000000 Pakiety oprogramowania i systemy informatyczne, 48100000 Przemysłowe specyficzne pakiety oprogramowania, 48170000 Pakiety oprogramowania zapewniające zgodność, 48190000 Pakiety oprogramowania edukacyjnego, 48220000 Pakiety oprogramowania dla internetu i intranetu, 48311100 System zarządzania dokumentacją, 48600000 Pakiety oprogramowania dla baz danych i operacyjne, 48610000 Systemy baz danych, 48612000 System zarządzania bazą danych, 48780000 Pakiety oprogramowania do zarządzania systemem, przechowywaniem i zawartością, 48900000 Różne pakiety oprogramowania i systemy komputerowe, 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia, 72200000 Usługi doradcze w zakresie programowania oprogramowania
Miejsce wykonania:
Schools Management Information Systems/SMIS
Miejsce udzielenia zamówienia:
HEAnet CLG
Numer nagrody:
1

1. Buyer

1.1 Buyer

Official name : HEAnet CLG
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Schools Management Information Systems/SMIS
Description : The purpose of this call for tender is to seek responses from suitable suppliers for the provision of School Management Information Systems for all schools: - Primary and Community National Schools - Community Special Schools - Post Primary Schools, Post Leaving Certificate, and other centres under the remit of the Education and Training Boards Cloud/Managed hosted solutions are sought. This is a multi-supplier, multi-lot framework, with a maximum of 5 suppliers per lot. Tenderers may submit a response to one or more lots. There are two lots: • Lot 1 - Primary and Community National Schools • Lot 2 - Post Primary Schools. Allocation of value distributed between the lots may vary. Total value of Framework is €80,000,000 pas per the Contract Notice 43518-2025.
Procedure identifier : eb1c2443-b428-4b84-bd1b-de3e1323573c
Previous notice : b978c82b-b003-4755-bd9d-1226b8be2291-01
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 ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48170000 Compliance software package
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 48220000 Internet and intranet software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 48612000 Database-management system

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 80 000 000 Euro
Maximum value of the framework agreement : 80 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Primary and Community Schools
Description : Lot 1 - Primary and Community National Schools. The purpose of this call for tender is to seek responses from suitable suppliers for the provision of School Management Information Systems for all schools: - Primary and Community National Schools - Community Special Schools - Post Primary Schools, Post Leaving Certificate, and other centres under the remit of the Education and Training Boards Cloud/Managed hosted solutions are sought. This is a multi-supplier, multi-lot framework, with a maximum of 5 suppliers per lot. Tenderers may submit a response to one or more lots.
Internal identifier : 1

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 ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48170000 Compliance software package
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 48220000 Internet and intranet software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 48612000 Database-management system

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 80 000 000 Euro

5.1.6 General information

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
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Technical/Functional Fit, Instructure, Integration, Professional and Training Services, Onboarding and Exit Strategy, Support, Maintenance and Upgrade, Green
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Price
Name :
Description : Total cost of Ownership
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : 1 year plus 1 day

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 -
Information about review deadlines : 1 year plus 1 day
Organisation providing offline access to the procurement documents : HEAnet CLG -

5.1 Lot technical ID : LOT-0002

Title : Post Primary Schools
Description : The purpose of this call for tender is to seek responses from suitable suppliers for the provision of School Management Information Systems for all schools: - Primary and Community National Schools - Community Special Schools - Post Primary Schools, Post Leaving Certificate, and other centres under the remit of the Education and Training Boards Cloud/Managed hosted solutions are sought. This is a multi-supplier, multi-lot framework, with a maximum of 5 suppliers per lot. Tenderers may submit a response to one or more lots. There are two lots: • Lot 1 - Primary and Community National Schools • Lot 2 - Post Primary Schools
Internal identifier : 2

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 ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48170000 Compliance software package
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 48220000 Internet and intranet software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 48612000 Database-management system

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 80 000 000 Euro

5.1.6 General information

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
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Technical/Functional Fit, Instructure, Integration, Professional and Training Services, Onboarding and Exit Strategy, Support, Maintenance and Upgrade, Green
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Price
Name :
Description : Total Cost of Ownership
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : 1 year plus 1 day

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 -
Information about review deadlines : 1 year plus 1 day
Organisation providing offline access to the procurement documents : HEAnet CLG -

6. Results

Maximum value of the framework agreements in this notice : 80 000 000 Euro
Approximate value of the framework agreements : 80 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 40 000 000 Euro
Re-estimated value of the framework agreement : 40 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : IST Group AB
Tender :
Tender identifier : 000096552
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 419035
Date on which the winner was chosen : 15/04/2025
Date of the conclusion of the contract : 26/05/2025
Winner :
Official name : Cloudware Ltd t/a Aladdin Schools
Tender :
Tender identifier : 000095257
Identifier of lot or group of lots : LOT-0001
The tender was ranked : yes
Subcontracting : No
Contract information :
Identifier of the contract : 419034
Date on which the winner was chosen : 15/04/2025
Date of the conclusion of the contract : 26/05/2025
Winner :
Official name : Databiz Solutions
Tender :
Tender identifier : 000096541
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 419032
Date on which the winner was chosen : 15/04/2025
Date of the conclusion of the contract : 26/05/2025
Winner :
Official name : Tyro Technologies Limited
Tender :
Tender identifier : 000096478
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 419036
Date on which the winner was chosen : 15/04/2025
Date of the conclusion of the contract : 26/05/2025
Winner :
Official name : COMPASS EDUCATION HOLDINGS LIMITED
Tender :
Tender identifier : 000096311
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 419033
Date on which the winner was chosen : 15/04/2025
Date of the conclusion of the contract : 26/05/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 11

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 40 000 000 Euro
Re-estimated value of the framework agreement : 40 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : IST Group AB
Tender :
Tender identifier : 000096552
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 419039
Date on which the winner was chosen : 15/04/2025
Date of the conclusion of the contract : 26/05/2025
Winner :
Official name : VSware
Tender :
Tender identifier : 000096494
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 419040
Date on which the winner was chosen : 15/04/2025
Date of the conclusion of the contract : 26/05/2025
Winner :
Official name : Tyro Technologies Limited
Tender :
Tender identifier : 000096478
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 419038
Date on which the winner was chosen : 15/04/2025
Date of the conclusion of the contract : 26/05/2025
Winner :
Official name : COMPASS EDUCATION HOLDINGS LIMITED
Tender :
Tender identifier : 000096311
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 419037
Date on which the winner was chosen : 15/04/2025
Date of the conclusion of the contract : 26/05/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 11

8. Organisations

8.1 ORG-0001

Official name : HEAnet CLG
Registration number : 275301
Postal address : 3rd Floor, North Dock 2, 93/94 North Wall Quay,
Town : Dublin
Postcode : D01V8Y6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 016609040
Internet address : https://www.heanet.ie
Buyer profile : https://www.heanet.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : IST Group AB
Registration number : 556254-0806
Town : Vaxjo
Postcode : 352 34
Country subdivision (NUTS) : Kronobergs län ( SE212 )
Country : Sweden
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0003

Official name : VSware
Registration number : 492315
Postal address : Fumbally Square, Fumbally Lane, Dublin 8
Town : Dublin
Postcode : D08 XYA5
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0862222752
Internet address : https://vsware.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0004

Official name : Cloudware Ltd t/a Aladdin Schools
Registration number : 476869
Town : Blackrock
Postcode : A94P9T3
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : Databiz Solutions
Registration number : 286481
Postal address : Ard Iosef, Moycullen
Town : Galway
Postcode : H91H9D0
Country subdivision (NUTS) : West ( IE042 )
Country : Ireland
Telephone : 091556755
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0006

Official name : Tyro Technologies Limited
Registration number : 723148
Town : Dublin
Postcode : D08 TCV4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0007

Official name : COMPASS EDUCATION HOLDINGS LIMITED
Registration number : 587419
Postal address : 38-39 Baggot Street Lower
Town : Dublin 2
Postcode : D02 T938
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 016994305
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0008

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-0009

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

11. Notice information

11.1 Notice information

Notice identifier/version : 22a8f3f6-d6d7-4d3a-8a18-71ac6bfbb9d7 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 27/05/2025 14:36 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00347675-2025
OJ S issue number : 103/2025
Publication date : 30/05/2025