Contract notice

Information

Published

Date of dispatch of this notice: 22/03/2021

Expire date: 06/05/2021

External Reference: 2021-274656

TED Reference: 2021/S 060-150951

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Justice and Equality
51 St Stephen's Green
Dublin
Dublin
IE
Contact person: Tender Operations
Telephone: +353 761008000
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=184857&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Contract for Managed Service for Dept of Justice and Equality
Reference number:  PROJ000007019 - IPS010C
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

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)

Description

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

NUTS code:  IE -  IRELAND
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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please consult the RFT documentation for this competition (RFT 186468 )
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 186468 )
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 186468)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 186468)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 186468)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT 186468)

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/04/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18866000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors.