The provision of (1) Business Analysis, Optimisation and Testing Services, (2) ICT Project Management Support Services and (3) Project Governance Support and Training Services in DCDE
The provision of (1) Business Analysis, Optimisation and Testing Services, (2) ICT Project Management Support Services and (3) Project Governance Support and Training Services in the Department of Children Disability and Equality.
Deadline
The time limit for receipt of tenders was 2025-06-16.
The procurement was published on 2025-05-09.
Contract notice (2025-05-09) Object Scope of the procurement
Title: The provision of (1) Business Analysis, Optimisation and Testing Services, (2) ICT Project Management Support Services and (3) Project Governance Support and Training Services in DCDE
Short description:
โThe provision of (1) Business Analysis, Optimisation and Testing Services, (2) ICT Project Management Support Services and (3) Project Governance Support...โ
Short description
The provision of (1) Business Analysis, Optimisation and Testing Services, (2) ICT Project Management Support Services and (3) Project Governance Support and Training Services in the Department of Children Disability and Equality.
Show more
Type of contract: Services
Products/services: IT services: consulting, software development, Internet and support๐ฆ
Estimated value excluding VAT: 4 000 000 EUR ๐ฐ
Information about lots
This contract is divided into lots โ
Maximum number of lots that may be awarded to one tenderer: 3
Tenders may be submitted for maximum number of lots: 3
Tenders may be submitted for all lots โ
1๏ธโฃ
Description of the procurement:
โThe provision of (1) Business Analysis, Optimisation and Testing Services, (2) ICT Project Management Support Services and (3) Project Governance Support...โ
Description of the procurement
The provision of (1) Business Analysis, Optimisation and Testing Services, (2) ICT Project Management Support Services and (3) Project Governance Support and Training Services in the Department of Children Disability and Equality.
Show more
Additional products/services: Software programming and consultancy services๐ฆ
Additional products/services: Computer-related services๐ฆ
Additional products/services: Project management software development services๐ฆ
Additional products/services: Business analysis consultancy services๐ฆ
Additional products/services: System software acceptance testing consultancy services๐ฆ
Place of performance: Dublin๐๏ธ
Duration: 48 (MONTH)
The time frame below is expressed in number of months.
Award criteria
Quality criterion (name): Criterion 1: Suitability of Resources proposed
Quality criterion (weighting): 300
Quality criterion (name): Criterion 2: Methodology and Approach to BA, Optimisation and Testing
Quality criterion (name): Criterion 3: Value-Added Features Offered
Quality criterion (weighting): 50
Cost criterion (name): Criterion 4: Price (based on Daily Rates)
Cost criterion (weighting): 350
Title
Lot Identification Number: LOT-0001
2๏ธโฃ Title
Lot Identification Number: LOT-0002
3๏ธโฃ Award criteria
Quality criterion (name): Criterion 2: Approach to Contract / Project Management
Title
Lot Identification Number: LOT-0003
Procedure Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-06-16 14:00:00 ๐
Conditions for opening of tenders: 2025-06-16 14:30:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=5637046
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: 365
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 Review procedure
Precise information on deadline(s) for review procedures:
โAs per Noticeโ Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
Source: OJS 2025/S 091-302416 (2025-05-09)