Provision of Information Security and Cybersecurity Services and Advice Services across 2 Lots for Pobal

Pobal seeks to establish 2 Single Party Framework Agreements for the Provision of Information Security and Cybersecurity Services; Information Security and Cybersecurity Advice; Information Security and Cybersecurity Business Solutions and associated services for current and future requirements across 2 (mutually exclusive) lots: Lot 1: Information Security and Cybersecurity Services and …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 48731000 Paquetes de software de seguridad de archivos, 48732000 Paquetes de software de seguridad de datos, 72212732 Servicios de desarrollo de software de seguridad de datos, 72212730 Servicios de desarrollo de software de seguridad, 48000000 Paquetes de software y sistemas de información, 72100000 Servicios de consultoría en equipo informático, 72200000 Servicios de programación de software y de consultoría, 72300000 Servicios relacionados con datos, 72400000 Servicios de Internet, 72500000 Servicios informáticos, 72600000 Servicios de apoyo informático y de consultoría, 72700000 Servicios de red informática, 48730000 Paquetes de software de seguridad
Lugar de ejecución:
Provision of Information Security and Cybersecurity Services and Advice Services across 2 Lots for Pobal
Organismo adjudicador:
Pobal
Número de premio:
1

1. Buyer

1.1 Buyer

Official name : Pobal
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : Provision of Information Security and Cybersecurity Services and Advice Services across 2 Lots for Pobal
Description : Pobal seeks to establish 2 Single Party Framework Agreements for the Provision of Information Security and Cybersecurity Services; Information Security and Cybersecurity Advice; Information Security and Cybersecurity Business Solutions and associated services for current and future requirements across 2 (mutually exclusive) lots: Lot 1: Information Security and Cybersecurity Services and Advice Lot 2: Information Security and Cybersecurity Business Solutions While Tenderers may tender for both lots, tenderers will only be awarded one lot. Lot 1 will be decided first. If the winner of lot 1 is also the winner of lot 2, their tender will be eliminated from consideration, and the tenders re-assessed on the basis of the remaining tenders to identify the winner of lot 2. The full list of requirements are contained within the tender documents. All responses must be submitted in a ZIP File format
Procedure identifier : 4f4b8bbc-5aac-4974-8a4a-93311ced770c
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 ): 48731000 File security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72212730 Security software development services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 48730000 Security software package

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : The competition in Lot 1 is cancelled as it has emerged that a strategic review of what is best for the business needs of Pobal is now required, leading to a material change to the requirements as detailed in the RFT. The new competition will be readvertised via eTenders. Concerning the competition in Lot 2, as no responses have been received, Pobal will use the procedure under Art. 32 of Directive 2014/24 once the new tender process for Lot 1 will be completed.

2.1.3 Value

Maximum value of the framework agreement : 8 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Information Security and Cybersecurity Services and Advice
Description : Pobal seeks to establish 2 Single Party Framework Agreements for the Provision of Information Security and Cybersecurity Services; Information Security and Cybersecurity Advice; Information Security and Cybersecurity Business Solutions and associated services for current and future requirements across 2 (mutually exclusive) lots: Lot 1: Information Security and Cybersecurity Services and Advice Lot 2: Information Security and Cybersecurity Business Solutions While Tenderers may tender for both lots, tenderers will only be awarded one lot. Lot 1 will be decided first. If the winner of lot 1 is also the winner of lot 2, their tender will be eliminated from consideration, and the tenders re-assessed on the basis of the remaining tenders to identify the winner of lot 2. The full list of requirements are contained within the tender documents. All responses must be submitted in a ZIP File format
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 ): 48731000 File security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72212730 Security software development services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 48730000 Security software package

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 8 000 000 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 : Reduction of environmental impacts
Description : Award criterion on Proposals regarding Added Value / Innovation / Sustainability initiatives relevant to the framework
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria
Innovative objective : The procured works, supplies, or services entail process innovation

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Cost
Description : Cost (30%)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name :
Description : Qualitative criteria for both Lots: B) Fitness for Purpose of Proposed Service Design and Delivery (40%) C) Quality and Expertise of Team Proposed (20%) D) Proposals regarding Added Value / Innovation / Sustainability initiatives relevant to the framework (10%)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
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 : In line with SI 130/2010

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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 : In line with SI 130/2010
Organisation providing offline access to the procurement documents : Pobal -
Organisation executing the payment : Pobal

5.1 Lot technical ID : LOT-0002

Title : Information Security and Cybersecurity Business Solutions
Description : Pobal seeks to establish 2 Single Party Framework Agreements for the Provision of Information Security and Cybersecurity Services; Information Security and Cybersecurity Advice; Information Security and Cybersecurity Business Solutions and associated services for current and future requirements across 2 (mutually exclusive) lots: Lot 1: Information Security and Cybersecurity Services and Advice Lot 2: Information Security and Cybersecurity Business Solutions While Tenderers may tender for both lots, tenderers will only be awarded one lot. Lot 1 will be decided first. If the winner of lot 1 is also the winner of lot 2, their tender will be eliminated from consideration, and the tenders re-assessed on the basis of the remaining tenders to identify the winner of lot 2. The full list of requirements are contained within the tender documents. All responses must be submitted in a ZIP File format
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 ): 48731000 File security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72212730 Security software development services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 48730000 Security software package

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 8 000 000 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 : Reduction of environmental impacts
Description : Award criterion on Proposals regarding Added Value / Innovation / Sustainability initiatives relevant to the framework
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : Cost (30%)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name :
Description : Qualitative criteria for both Lots: B) Fitness for Purpose of Proposed Service Design and Delivery (40%) C) Quality and Expertise of Team Proposed (20%) D) Proposals regarding Added Value / Innovation / Sustainability initiatives relevant to the framework (10%)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
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 : In line with SI 130/2010

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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 : In line with SI 130/2010
Organisation providing offline access to the procurement documents : Pobal -
Organisation executing the payment : Pobal

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0002

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

8. Organisations

8.1 ORG-0001

Official name : Pobal
Registration number : not available
Postal address : Holbrook House, Holles Street, Dublin 2,
Town : Dublin
Postcode : D02 EY84
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 511 7000
Internet address : https://www.pobal.ie/
Buyer profile : https://www.pobal.ie/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation executing the payment

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

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

11. Notice information

11.1 Notice information

Notice identifier/version : cb3def28-aa98-4501-9f07-e13c4032486b - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/03/2025 11:39 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00155098-2025
OJ S issue number : 48/2025
Publication date : 10/03/2025