Provision of Services for Supply and Installation of an SD-Wan Solution for the Department of Justice

The Contracting Authority proposes to engage in a competitive process for the establishment of a framework agreement for the provision of an SD Wan Solution. The Contracting Authority is seeking the supply, installation, integration, and maintenance of software defined wide area network (SD-WAN) solution across multiple sites around the country …

CPV: 72720000 Servicios de red de amplia cobertura, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72700000 Servicios de red informática
Lugar de ejecución:
Provision of Services for Supply and Installation of an SD-Wan Solution for the Department of Justice
Organismo adjudicador:
Department of Justice
Número de premio:
0

1. Buyer

1.1 Buyer

Official name : Department of Justice
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 Services for Supply and Installation of an SD-Wan Solution for the Department of Justice
Description : The Contracting Authority proposes to engage in a competitive process for the establishment of a framework agreement for the provision of an SD Wan Solution. The Contracting Authority is seeking the supply, installation, integration, and maintenance of software defined wide area network (SD-WAN) solution across multiple sites around the country of Ireland, to enable efficient delivery of services to its citizens and staff. These offices are situated in both urban and rural locations throughout the country and offices can vary in size as outlined in 3.7 from a modern office with a varying number ranging from 5, 15, and 50 to 400 users. The full list of the requirements are in the documents Please upload your response in a Zip File
Procedure identifier : 8c213604-6f97-4b45-8937-085b1ea97ff6
Type of procedure : Restricted
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 ): 72720000 Wide area network services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72700000 Computer network services

2.1.2 Place of performance

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

2.1.3 Value

Maximum value of the framework agreement : 700 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of Services for Supply and Installation of an SD-Wan Solution for the Department of Justice
Description : The Contracting Authority proposes to engage in a competitive process for the establishment of a framework agreement for the provision of an SD Wan Solution. The Contracting Authority is seeking the supply, installation, integration, and maintenance of software defined wide area network (SD-WAN) solution across multiple sites around the country of Ireland, to enable efficient delivery of services to its citizens and staff. These offices are situated in both urban and rural locations throughout the country and offices can vary in size as outlined in 3.7 from a modern office with a varying number ranging from 5, 15, and 50 to 400 users. The full list of the requirements are in the documents Please upload your response in a Zip File
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72720000 Wide area network services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72700000 Computer network services

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 : 700 000 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

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Qualitative Criteria
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Cost
Name :
Description : Ultimate Cost
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 -
Organisation providing offline access to the procurement documents : Department of Justice -
Organisation providing more information on the review procedures : The High Court of Ireland -

6. Results

Maximum value of the framework agreements in this notice : 700 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 700 000 Euro

6.1.2 Information about winners

Winner :
Official name : Ergo
Tender :
Tender identifier : 000062799
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 417456
Date of the conclusion of the contract : 19/03/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 5

8. Organisations

8.1 ORG-0001

Official name : Department of Justice
Registration number : Department of Justice
Postal address : 51 St Stephen's Green
Town : Dublin
Postcode : D02 HK52
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 016028202
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Ergo
Registration number : 197876
Postal address : First Floor, Block T, East Point Business Park, Dublin 3
Town : Dubliin
Postcode : D03R6C6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35318843200
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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-0004

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 : 6bb3ff48-25e6-4846-9815-4dde9ef7061c - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/03/2025 11:08 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00194995-2025
OJ S issue number : 60/2025
Publication date : 26/03/2025