Consultancy Services to Conduct Analysis of Requirements for Rostering and Case Management Solutions

IWA seeks to engage the market for consultancy services to conduct analysis and gain a comprehensive understanding of the market landscape in order to evaluate and identify appropriate technology solutions for Rostering and Case Management Solutions ahead of initiating the next phase of its digital transformation journey. In particular we …

CPV: 72220000 Storitve sistemskega in tehničnega svetovanja, 79415000 Storitve svetovanja na področju vodenja proizvodnje, 71621000 Storitve tehnične analize ali svetovanja, 71311300 Storitve svetovanja na področju infrastrukturnih objektov, 72226000 Storitve svetovanja pri prevzemnem preskusu sistemske programske opreme
Kraj izvršitve:
Consultancy Services to Conduct Analysis of Requirements for Rostering and Case Management Solutions
Organ za podeljevanje:
Irish Wheelchair Association (IWA)
Številka dodelitve:
0

1. Buyer

1.1 Buyer

Official name : Irish Wheelchair Association (IWA)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Consultancy Services to Conduct Analysis of Requirements for Rostering and Case Management Solutions
Description : IWA seeks to engage the market for consultancy services to conduct analysis and gain a comprehensive understanding of the market landscape in order to evaluate and identify appropriate technology solutions for Rostering and Case Management Solutions ahead of initiating the next phase of its digital transformation journey. In particular we are keen to assess what is new in the rostering and home care space in order to enhance our management and provision of service to ensure that people that avail of our services are getting the best possible service. We are also keen to assess if there are payroll modules or integrations as part of our digital transformation journey. All consultants or companies that submit a proposal for this tender must be independent of any solution proposed and not affiliated to the product in any way that would demonstrate non commercial bias or competitive disadvantages to any other bidders or solutions. The requirements outlined must be aligned to the business needs and not a unique solution or offering that is identifiable to any one product within the sector. Vendors who submit a bid may be shortlisted to a further stage which may require attendance at a face-to-face meeting at IWA headquarters in Dublin to include a presentation which will later be decided.
Procedure identifier : 003785d2-29fb-4035-8695-1b9a1b53315e
Previous notice : 457dfee6-d34f-4dd0-b73e-3abdef14ca08-01
Type of procedure : Open
The procedure is accelerated : yes

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79415000 Production management consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 72226000 System software acceptance testing consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 35 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Consultancy Services to Conduct Analysis of Requirements for Rostering and Case Management Solutions
Description : IWA seeks to engage the market for consultancy services to conduct analysis and gain a comprehensive understanding of the market landscape in order to evaluate and identify appropriate technology solutions for Rostering and Case Management Solutions ahead of initiating the next phase of its digital transformation journey. In particular we are keen to assess what is new in the rostering and home care space in order to enhance our management and provision of service to ensure that people that avail of our services are getting the best possible service. We are also keen to assess if there are payroll modules or integrations as part of our digital transformation journey. All consultants or companies that submit a proposal for this tender must be independent of any solution proposed and not affiliated to the product in any way that would demonstrate non commercial bias or competitive disadvantages to any other bidders or solutions. The requirements outlined must be aligned to the business needs and not a unique solution or offering that is identifiable to any one product within the sector. Vendors who submit a bid may be shortlisted to a further stage which may require attendance at a face-to-face meeting at IWA headquarters in Dublin to include a presentation which will later be decided.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79415000 Production management consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 72226000 System software acceptance testing consultancy services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 1 Year

5.1.5 Value

Estimated value excluding VAT : 35 000 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

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Qualitative Criteria
Category of award threshold criterion : Weight (decimal, exact)
Award criterion number : 1
Category of award weight criterion : Fixed value (per unit)
Award criterion number : 1
Category of award fixed criterion : Minimum score
Award criterion number : 1

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : Irish Wheelchair Association (IWA)
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 36 347 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : The4OC Ltd
Tender :
Tender identifier : 000133129
Identifier of lot or group of lots : LOT-0001
Value of the tender : 36 347 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 428291
Date on which the winner was chosen : 10/09/2025
Date of the conclusion of the contract : 18/09/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Irish Wheelchair Association (IWA)
Registration number : 352483
Postal address : Blackheath Drive, Clontarf, Dublin 3
Town : Dublin 3
Postcode : D03AW62
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0877386605
Internet address : https://www.iwa.ie
Buyer profile : https://www.iwa.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : The4OC Ltd
Size of the economic operator : Micro, small, or medium
Registration number : 352483
Postal address : Studio D, The Taper Building, 175 Long Lane
Town : London
Postcode : SE1 4GT
Country : United Kingdom
Telephone : +442039653948
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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-0004

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 : 2536ad67-e403-49d4-ae6f-41667ba04597 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 22/09/2025 09:29 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00620433-2025
OJ S issue number : 182/2025
Publication date : 23/09/2025