RFT for the supply of Fixed Voice Services

In summary, the Services comprise: Fixed Voice Service In summary, the Services comprise: Fixed Voice Service

CPV: 72100000 Servicios de consultoría en equipo informático, 32572000 Cable de comunicaciones, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72110000 Servicios de consultoría en la selección del equipo informático, 32550000 Equipo telefónico, 32551000 Cables telefónicos y equipo asociado, 32551100 Conexiones telefónicas, 32551400 Red telefónica, 32551500 Cables telefónicos, 32560000 Materiales de fibra óptica, 32561000 Conexiones de fibra óptica, 32570000 Equipo de comunicaciones, 32571000 Infraestructura de comunicaciones
Lugar de ejecución:
RFT for the supply of Fixed Voice Services
Organismo adjudicador:
Department of Social Protection_349
Número de premio:
0

1. Buyer

1.1 Buyer

Official name : Department of Social Protection_349
Legal type of the buyer : Central government authority
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : RFT for the supply of Fixed Voice Services
Description : In summary, the Services comprise: Fixed Voice Service
Procedure identifier : 213a864b-e860-489d-836d-11fb62b6110e
Previous notice : 6081866e-7bc9-42ab-b6df-134a490ac41d-01
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 ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 32572000 Communications cable
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72110000 Hardware selection consultancy services
Additional classification ( cpv ): 32550000 Telephone equipment
Additional classification ( cpv ): 32551000 Telephone cables and associated equipment
Additional classification ( cpv ): 32551100 Telephone connections
Additional classification ( cpv ): 32551400 Telephone network
Additional classification ( cpv ): 32551500 Telephone cables
Additional classification ( cpv ): 32560000 Fibre-optic materials
Additional classification ( cpv ): 32561000 Fibre-optic connections
Additional classification ( cpv ): 32570000 Communications equipment
Additional classification ( cpv ): 32571000 Communications infrastructure

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : RFT for the supply of Fixed Voice Services
Description : In summary, the Services comprise: Fixed Voice Service
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 32572000 Communications cable
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72110000 Hardware selection consultancy services
Additional classification ( cpv ): 32550000 Telephone equipment
Additional classification ( cpv ): 32551000 Telephone cables and associated equipment
Additional classification ( cpv ): 32551100 Telephone connections
Additional classification ( cpv ): 32551400 Telephone network
Additional classification ( cpv ): 32551500 Telephone cables
Additional classification ( cpv ): 32560000 Fibre-optic materials
Additional classification ( cpv ): 32561000 Fibre-optic connections
Additional classification ( cpv ): 32570000 Communications equipment
Additional classification ( cpv ): 32571000 Communications infrastructure
Options :
Description of the options : The client reserves the right to extend the term for a period or periods of up to 12 months with a maximum of 2 such extensions permitted subject to its obligations at law

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2025
Duration end date : 31/03/2027

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 : Refer to CFT documents
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 @ 60%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name :
Description : Quality @ 40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
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 : Refer to CFT document

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 : Refer to CFT document
Organisation providing offline access to the procurement documents : Department of Social Protection_349 -

6. Results

Value of all contracts awarded in this notice : 338 400 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : eircom Limited (t/a eir evo)_18711
Tender :
Tender identifier : 000087029
Identifier of lot or group of lots : LOT-0001
Value of the tender : 338 400 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 417430
Date of the conclusion of the contract : 06/03/2025

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 : 3

8. Organisations

8.1 ORG-0001

Official name : Department of Social Protection_349
Registration number : 4000094U
Postal address : Áras Mhic Dhiarmada, Store Street,
Town : Dublin 1
Postcode : D01 WY03
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 017043000
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : eircom Limited (t/a eir evo)_18711
Registration number : 907674
Postal address : 2 Heuston South Quarter, St. Johns Road, Dublin 8.
Town : Dublin
Postcode : D08 Y42N
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0851744917
Fax : 016007715
Internet address : www.eir.ie
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

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 : 20452191-0c1a-479d-b59c-b971f27aa021 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/03/2025 09:50 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00193701-2025
OJ S issue number : 60/2025
Publication date : 26/03/2025