II.1)
Scope of the procurement
Contract for Managed Service for Dept of Justice and Equality
Reference number:
PROJ000007019 - IPS010C
72000000
-
IT services: consulting, software development, Internet and support
Services
II.1.4)
Short description
The Minister for Justice (the “Contracting Authority”) invites expressions of interest (“Responses”) to this pre-qualification questionnaire (“PQQ”) from economic operators (“Candidates”) for the provision of an ICT Managed Service as described in Appendix 1 to this PQQ. (the “Service”).
II.1.5)
Estimated total value
Value excluding VAT: 42000000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
72253000
-
Helpdesk and support services
72253100
-
Helpdesk services
72253200
-
Systems support services
72500000
-
Computer-related services
72510000
-
Computer-related management services
72610000
-
Computer support services
72611000
-
Technical computer support services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
This public procurement competition (“the Competition”) is being conducted using the Restricted Procedure under the European Union (Award of Public Authority Contracts) Regulations 2016 (Statutory Instrument 284 of 2016) (the “Regulations”), which comprises the following stages:
(i) Stage 1 – Pre-qualification (“Stage 1”):
The Contracting Authority invites Responses from Candidates to this PQQ. It is envisaged that the Contracting Authority will shortlist the five (5) highest scoring Candidates, (depending on the number of Responses received) that have submitted compliant Responses and have met the selection criteria set out in this PQQ to proceed to Stage 2.
(ii) Stage 2 – Request for Tenders (“Stage 2”):
The Contracting Authority will issue the request for tender (“RFT”) document to those highest scoring Candidates shortlisted at Stage 1 (“Tenderers”). The purpose of the RFT will be to identify the most economically advantageous Tenderer in this public procurement competition (“the Competition”). Candidates should note that Tenderer responses to the RFT at Stage 2 will be evaluated in line with the proposed qualitative criteria as set in section 3.3 of this PQQ.
Criteria below
Quality criterion
-
Name:
Provision of IBM Services
/
Weighting:
100
Quality criterion
-
Name:
Provision of Helpdesk Services
/
Weighting:
150
Quality criterion
-
Name:
Provision of Microsoft Services
/
Weighting:
150
Quality criterion
-
Name:
Provision of Storage Area network infrastructure Services
/
Weighting:
150
Quality criterion
-
Name:
Provision of Communication Services
/
Weighting:
150
Quality criterion
-
Name:
Provision of Citrix Services
/
Weighting:
150
Quality criterion
-
Name:
Provision of desktop and estate management services
/
Weighting:
150
Price
-
Weighting:
0
Value excluding VAT: 42000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
84
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
Objective criteria for choosing the limited number of candidates:
It is envisaged that the five (5) highest scoring Candidates that: (1) have submitted compliant Responses in accordance with sections 2.2 and 3.1, (2) have fulfilled the Economic and Financial Standing Selection Criteria in section 3.2.A, (3) have met the Mandatory Technical and Professional Standing Requirements in section 3.2.B and (4) have achieved the minimum scores set out in section 3.2.C will proceed to Stage 2 of this Competition.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of one year each with a maximum of three such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
The Contracting Authority reserves the right to extend the Term for a period or periods of one year each with a maximum of three such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.