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 Usługi doradcze w zakresie sprzętu komputerowego, 32572000 Kabel komunikacyjny, 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia, 72110000 Usługi doradcze w zakresie doboru sprzętu komputerowego, 32550000 Sprzęt telefoniczny, 32551000 Kable telefoniczne i podobny sprzęt, 32551100 Podłączenia telefoniczne, 32551400 Sieć telefoniczna, 32551500 Kable telefoniczne, 32560000 Tworzywa z włókna optycznego, 32561000 Podłączenia z włókna optycznego, 32570000 Urządzenia łączności, 32571000 Infrastruktura komunikacyjna
Miejsce wykonania:
RFT for the supply of Fixed Voice Services
Miejsce udzielenia zamówienia:
Department of Social Protection_349
Numer nagrody:
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