MSO016F C2-013 SRFT for Managed Print Services for the Atlantic Technological University

Atlantic Technological University (ATU) (“Contracting Authority”) is seeking tenders for the provision of a Managed Print Service (“MPS”). The overall objective of the tender is to secure the most economically advantageous means of procuring a managed cloud printing/photocopying/scanning service for the University. Please reference the following table for details pertaining …

CPV: 30121100 Fotokopiarki, 30124500 Akcesoria do skanerów, 30232100 Drukarki i plotery, 30232110 Drukarki laserowe, 32581200 Urządzenia faksowe, 38520000 Skanery, 42962000 Urządzenia drukujące i graficzne, 72810000 Usługi audytu komputerowego, 79311300 Usługi analizy ankiet, 79311000 Usługi w zakresie ankiet, 79311100 Usługi układania ankiet, 79311200 Usługi przeprowadzania badań ankietowych, 79521000 Usługi fotokopiowania, 79820000 Usługi związane z drukowaniem, 79800000 Usługi drukowania i powiązane, 79810000 Usługi drukowania
Miejsce wykonania:
MSO016F C2-013 SRFT for Managed Print Services for the Atlantic Technological University
Miejsce udzielenia zamówienia:
The Office of Government Procurement
Numer nagrody:
0

1. Buyer

1.1 Buyer

Official name : The Office of Government Procurement
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : MSO016F C2-013 SRFT for Managed Print Services for the Atlantic Technological University
Description : Atlantic Technological University (ATU) (“Contracting Authority”) is seeking tenders for the provision of a Managed Print Service (“MPS”). The overall objective of the tender is to secure the most economically advantageous means of procuring a managed cloud printing/photocopying/scanning service for the University. Please reference the following table for details pertaining to the sections of this RFT. iMPORTANT: PLEASE UPLOAD RESPONSES IN A ZIP FILE
Procedure identifier : 63f0f653-0dd6-4ccb-8f10-99b119070a7c
Type of procedure : Restricted
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79800000 Printing and related services
Additional classification ( cpv ): 79311300 Survey analysis services
Additional classification ( cpv ): 79521000 Photocopying services
Additional classification ( cpv ): 79810000 Printing services
Additional classification ( cpv ): 79820000 Services related to printing
Additional classification ( cpv ): 72810000 Computer audit services
Additional classification ( cpv ): 79311000 Survey services
Additional classification ( cpv ): 30121100 Photocopiers
Additional classification ( cpv ): 30124500 Scanner accessories
Additional classification ( cpv ): 30232100 Printers and plotters
Additional classification ( cpv ): 30232110 Laser printers
Additional classification ( cpv ): 32581200 Fax equipment
Additional classification ( cpv ): 38520000 Scanners
Additional classification ( cpv ): 42962000 Printing and graphics equipment
Additional classification ( cpv ): 79311100 Survey design services
Additional classification ( cpv ): 79311200 Survey conduction services

2.1.2 Place of performance

Country subdivision (NUTS) : Mid-West ( IE051 )
Country : Ireland

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : MSO016F C2-013 SRFT for Managed Print Services for the Atlantic Technological University
Description : Atlantic Technological University (ATU) (“Contracting Authority”) is seeking tenders for the provision of a Managed Print Service (“MPS”). The overall objective of the tender is to secure the most economically advantageous means of procuring a managed cloud printing/photocopying/scanning service for the University. Please reference the following table for details pertaining to the sections of this RFT. iMPORTANT: PLEASE UPLOAD RESPONSES IN A ZIP FILE
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79800000 Printing and related services
Additional classification ( cpv ): 79311300 Survey analysis services
Additional classification ( cpv ): 79521000 Photocopying services
Additional classification ( cpv ): 79810000 Printing services
Additional classification ( cpv ): 79820000 Services related to printing
Additional classification ( cpv ): 72810000 Computer audit services
Additional classification ( cpv ): 79311000 Survey services
Additional classification ( cpv ): 30121100 Photocopiers
Additional classification ( cpv ): 30124500 Scanner accessories
Additional classification ( cpv ): 30232100 Printers and plotters
Additional classification ( cpv ): 30232110 Laser printers
Additional classification ( cpv ): 32581200 Fax equipment
Additional classification ( cpv ): 38520000 Scanners
Additional classification ( cpv ): 42962000 Printing and graphics equipment
Additional classification ( cpv ): 79311100 Survey design services
Additional classification ( cpv ): 79311200 Survey conduction services

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-West ( IE051 )
Country : Ireland
Additional information :

5.1.5 Value

Estimated value excluding VAT : 2 700 000 Euro

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 : Reducing the carbon footprint of the managed print solution
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 60% of available marks
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1
Criterion :
Type : Price
Name :
Description : 40% of available marks
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
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 : See below

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : See below
Organisation providing offline access to the procurement documents : The Office of Government Procurement -

6. Results

Value of all contracts awarded in this notice : 1 481 715 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : MJ Flood Ltd.
Tender :
Tender identifier : 000100392
Identifier of lot or group of lots : LOT-0001
Value of the tender : 1 481 715 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 419493
Date on which the winner was chosen : 10/04/2025
Date of the conclusion of the contract : 14/05/2025

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 : 1

8. Organisations

8.1 ORG-0001

Official name : The Office of Government Procurement
Registration number : IE3229842HH
Postal address : 3A Mayor Street Upper, Dublin 1
Town : Dublin
Postcode : D01 PF72
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 17738000
Internet address : https://www.ogp.gov.ie
Buyer profile : https://www.ogp.gov.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : MJ Flood Ltd.
Registration number : 15039500
Postal address : Clonlara Avenue
Town : Dublin
Postcode : D22 V4F5
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35314663500
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 : b085aa6e-e9c3-4dda-aa27-38bb30e81124 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 15/05/2025 11:45 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00316850-2025
OJ S issue number : 94/2025
Publication date : 16/05/2025