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 Fotokopieringsmaskiner, 30124500 Skannertillbehör, 30232100 Skrivare och kurvskrivare, 30232110 Lasertryckare, 32581200 Faxutrustning, 38520000 Skannrar, 42962000 Tryckeriutrustning och grafisk utrustning, 72810000 Loggning, 79311300 Undersökningsanalys, 79311000 Undersökningar, 79311100 Utformning av undersökningar, 79311200 Genomförande av undersökningar, 79521000 Kopieringstjänster, 79820000 Trycktjänster, 79800000 Tryckning och tillhörande tjänster, 79810000 Tryckning
Plats för avrättning:
MSO016F C2-013 SRFT for Managed Print Services for the Atlantic Technological University
Plats för tilldelning:
The Office of Government Procurement
Tilldelningsnummer:
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