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 organisationโs 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.
Deadline
The time limit for receipt of tenders was 2025-11-24.
The procurement was published on 2025-10-22.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contract notice (2025-10-22) Object Scope of the procurement
Title: Provision of Microsoft Services Support and Associated Services (Ref 0384)
Short description:
โThe Contracting Authority seeks to establish a Framework Agreement with a suitably qualified tenderer to meet the requirements for the support and...โ
Short 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 organisationโs 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.
Show more
Type of contract: Services
Products/services: Information technology services๐ฆ
Estimated value excluding VAT: 1 500 000 EUR ๐ฐ
Description
Description of the procurement:
โThe Contracting Authority seeks to establish a Framework Agreement with a suitably qualified tenderer to meet the requirements for the support and...โ
Description of the procurement
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 organisationโs 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 Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-11-24 12:00:00 ๐
Conditions for opening of tenders: 2025-11-24 12:30:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=6688382
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 12
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators โ
Complementary information Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Service from which information about the review procedure may be obtained
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2025/S 204-698521 (2025-10-22)
Contract notice (2025-11-13) Object Scope of the procurement
Estimated value excluding VAT: 1 500 000 EUR ๐ฐ
Changes Other additional information
โThe Tender Submission deadline has been extended (from 24 November 2025) by 7 days to 1 December 2025 at 12.00 noon (Irish time).โ
Source: OJS 2025/S 220-758088 (2025-11-13)
Contract award notice (2026-04-27) Object Scope of the procurement
Reference number: 0384
Estimated value excluding VAT: 1 500 000 EUR ๐ฐ
Total value of the procurement (excluding VAT): 1 500 000 EUR (framework approximate) ๐ฐ
Award criteria
Cost criterion (name): Cost 30%
Cost criterion (weighting): 30
Quality criterion (name): Quality Criteria include:
Delivery of Service 20%
Contract Management Approach 10%
Quality, expertise and structure of the team proposed 30%
Added Value / Innovation 5%
Environmental, Social and Governance (ESG) 5%
Quality criterion (weighting): 70
Award of contract
A contract/lot is awarded โ
Lot Identification Number: LOT-0001
Contract Number: 439764
Date of conclusion of the contract: 2026-03-26 ๐
Information about tenders
Number of tenders received by electronic means: 3
Name and address of the contractor
Name: VE3
National registration number: 07343436
Postal address: 86-90 Paul Street, London
Postal code: EC2A 4NE
Postal town: London
Country: United Kingdom ๐ฌ๐ง
E-mail: team@ve3.global๐ง
Phone: +44 (0) 20 4552 0840๐
URL: https://www.ve3.global/๐
Contracting authority Name and addresses
Phone: 353 1 5117000๐
Source: OJS 2026/S 083-294030 (2026-04-27)