Provision of a Service Management Layer – Proof of Concept.

The National Shared Services Office (NSSO) wishes to test the viability of three (3) solutions and where they could be used to assist in transforming, or digitally optimising NSSO customer interactions, services and processes. We seek to better integrate our core applications to allow for better inter-application data transfer. We …

CPV: 48000000 Software package and information systems, 72000000 IT services: consulting, software development, Internet and support, 72250000 System and support services, 72262000 Software development services, 72265000 Software configuration services, 72266000 Software consultancy services, 72500000 Computer-related services, 72540000 Computer upgrade services, 72590000 Computer-related professional services, 72600000 Computer support and consultancy services
Deadline:
March 12, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
Provision of a Service Management Layer – Proof of Concept.
Awarding body:
National Shared Services Office
Award number:
0

1. Buyer

1.1 Buyer

Official name : National Shared Services Office
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Provision of a Service Management Layer – Proof of Concept.
Description : The National Shared Services Office (NSSO) wishes to test the viability of three (3) solutions and where they could be used to assist in transforming, or digitally optimising NSSO customer interactions, services and processes. We seek to better integrate our core applications to allow for better inter-application data transfer. We also wish to surface that data from our systems and have this accessible for our users in an area where they can view this data where it is relevant to them, in a ‘single pane of glass’. In summary, the Services comprises of the Provision of a Service Management Layer – Proof of Concept.
Procedure identifier : 9452e887-9706-4360-aad0-84cbbeee5f1f
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 ): 72500000 Computer-related services
Additional classification ( cpv ): 72540000 Computer upgrade services
Additional classification ( cpv ): 72590000 Computer-related professional services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 48000000 Software package and information systems

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 195 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Guilty of grave professional misconduct :

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of a Service Management Layer – Proof of Concept.
Description : The National Shared Services Office (NSSO) wishes to test the viability of three (3) solutions and where they could be used to assist in transforming, or digitally optimising NSSO customer interactions, services and processes. We seek to better integrate our core applications to allow for better inter-application data transfer. We also wish to surface that data from our systems and have this accessible for our users in an area where they can view this data where it is relevant to them, in a ‘single pane of glass’. In summary, the Services comprises of the Provision of a Service Management Layer – Proof of Concept.
Internal identifier : 0

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 ): 72500000 Computer-related services
Additional classification ( cpv ): 72540000 Computer upgrade services
Additional classification ( cpv ): 72590000 Computer-related professional services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 48000000 Software package and information systems

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.2 Place of performance

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

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 195 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
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
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Technical and professional ability

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 12/03/2025 12:00 +00:00
Deadline until which the tender must remain valid : 9 Month
Information about public opening :
Opening date : 12/03/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

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 -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : National Shared Services Office -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : National Shared Services Office -
Organisation processing tenders : National Shared Services Office -

8. Organisations

8.1 ORG-0001

Official name : National Shared Services Office
Registration number : 73214
Postal address : National Shared Services Office, Trinity Point, 10/11 South Leinster Street, Dublin 2, D02 EF85
Town : Dublin
Postcode : D02 EF85
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 017738566
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

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-0003

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 : b208273a-239a-4d74-b8e9-60b0e089446f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/01/2025 16:22 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00075629-2025
OJ S issue number : 24/2025
Publication date : 04/02/2025