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 Programski paketi in informacijski sistemi, 48100000 Programski paket za posamezno industrijo, 48170000 Programski paket za skladnost, 48190000 Programski paket za izobraževanje, 48220000 Programski paket za internet in intranet, 48311100 Sistem za upravljanje dokumentov, 48600000 Programski paket za podatkovne baze in operacijski programski paket, 48610000 Sistemi podatkovnih baz, 48612000 Sistem za upravljanje podatkovnih baz, 48780000 Programski paket za upravljanje sistema, shranjevanja in vsebine, 48900000 Razni programski paketi in računalniški sistemi, 72000000 Storitve informacijske tehnologije: svetovanje, razvoj programske opreme, internet in podpora, 72200000 Storitve programiranja programske opreme in svetovanja pri programski opremi
Kraj izvršitve:
Schools Management Information Systems/SMIS
Organ za podeljevanje:
HEAnet CLG
Številka dodelitve:
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