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’).
Deadline
The time limit for receipt of tenders was 2021-04-30.
The procurement was published on 2021-03-22.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“Contract for Managed Service for Dept of Justice and Equality
PROJ000007019 - IPS010C”
Products/services: IT services: consulting, software development, Internet and support📦
Short description:
“The Minister for Justice (the ‘Contracting Authority’) invites expressions of interest (‘Responses’) to this pre-qualification questionnaire (‘PQQ’) from...”
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’).
Show more
Estimated value excluding VAT: EUR 42 000 000 💰
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.
Show more Award criteria
Quality criterion (name): Provision of IBM services
Quality criterion (weighting): 100
Quality criterion (name): Provision of helpdesk services
Quality criterion (weighting): 150
Quality criterion (name): Provision of microsoft services
Quality criterion (name): Provision of storage area network infrastructure services
Quality criterion (name): Provision of communication services
Quality criterion (name): Provision of citrix services
Quality criterion (name): Provision of desktop and estate management services
Price (weighting): 0
Scope of the procurement
Estimated total value excluding VAT: EUR 42 000 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 84
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...”
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.
Show more Information about options
Options ✅
Description of options:
“The Contracting Authority reserves the right to extend the term for a period or periods of 1 year each with a maximum of three such extension or extensions...”
Description of options
The Contracting Authority reserves the right to extend the term for a period or periods of 1 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.
Show more Description
Additional information:
“The Contracting Authority reserves the right to extend the term for a period or periods of 1 year each with a maximum of three such extension or extensions...”
Additional information
The Contracting Authority reserves the right to extend the term for a period or periods of 1 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.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Please consult the RFT documentation for this competition (RFT 186468).
Economic and financial standing
List and brief description of selection criteria: Please consult the RFT documentation for this competition (RFT 186468).
Conditions for participation
Please consult the RFT documentation for this competition (RFT 186468).
Technical and professional ability
List and brief description of selection criteria: Please consult the RFT documentation for this competition (RFT 186468).
Conditions for participation
Conditions for participation (technical and professional ability): Please consult the RFT documentation for this competition (RFT 186468).
Conditions related to the contract
Contract performance conditions: Please consult the RFT documentation for this competition (RFT 186468).
Procedure Type of procedure
Restricted procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-04-30
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Complementary information Review body
Name: The High Court of Ireland
Postal town: Dublin
Country: Ireland 🇮🇪
Phone: +353 18866000📞 Review procedure
Precise information on deadline(s) for review procedures: Please consult your own legal advisors.
Source: OJS 2021/S 060-150951 (2021-03-22)
Additional information (2021-04-30) Contracting authority Name and addresses
Postal code: Dublin
Object Scope of the procurement
Short description:
“The Minister for Justice (the ‘Contracting Authority’) invites expressions of interest (‘Responses’) to this pre-qualification questionnaire (‘PQQ’) from...”
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’).
Complementary information Original notice reference
Notice number in the OJ S: 2021/S 060-150951
Changes Text to be corrected in the original notice
Section number: IV.2.2)
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Old value
Date: 2021-04-30 📅
Time: 12:00
New value
Date: 2021-05-06 📅
Time: 12:00
Source: OJS 2021/S 087-226177 (2021-04-30)
Contract award notice (2022-02-08) Contracting authority Name and addresses
Name: Department of Justice
Object Scope of the procurement
Title: Contract for Managed Service for Dept of Justice
PROJ000007019 - IPS010C
Short description: This is an award of contract for the provision of an ICT Managed Service
Total value of the procurement (excluding VAT): EUR 26 000 000 💰
Description
Main site or place of performance: Dublin 1
Description of the procurement:
“This public procurement competition (“the Competition”) is being conducted using the Restricted Procedure under the European Union (Award of Public...”
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.
Show more Award criteria
Quality criterion (name): Quality of approach to the delivery of the helpdesk
Quality criterion (name): Quality of approach to transition of services
Quality criterion (weighting): 50
Quality criterion (name): Quality of approach to operation adn management of the managed service
Quality criterion (weighting): 300
Quality criterion (name): Quality of the team proposed to deliver the Managed Service
Quality criterion (weighting): 250
Price (weighting): 300
Information about options
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...”
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. The Term will not exceed seven (7) years in the aggregate.
Procedure Administrative information
Previous publication concerning this procedure: 2021/S 060-150951
Award of contract
1️⃣
Contract Number: 1
Title: Contract for Managed Service Refresh for Dept of Justice
Date of conclusion of the contract: 2022-01-24 📅
Information about tenders
Number of tenders received: 1
Number of tenders received by electronic means: 1
Name and address of the contractor
Name: Capita Managed IT Solutions
National registration number: GB618184140
Postal address: Hillview House, 61 Church Road, Newtownabbey
Postal town: Belfast
Postal code: Antrim
Country: United Kingdom 🇬🇧
Phone: +44 2890859085📞
E-mail: techsolutionsbidmanagement@capita.co.uk📧
Region: United Kingdom 🏙️
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 26 000 000 💰
Complementary information Additional information
“The estimated value of €26 million (Ex vat) is an estimate only based on a projection of the services required over the 4 years. The actual value may be...”
The estimated value of €26 million (Ex vat) is an estimate only based on a projection of the services required over the 4 years. The actual value may be higher or lower and may depend on the option to extend for a period of up to a further 3 years.
Show more
Source: OJS 2022/S 030-077126 (2022-02-08)