Section one: Contracting authority
one.1) Name and addresses
Belfast Metropolitan College
125-153 Millfield
BELFAST
BT1 1HS
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
FE North West Regional College
Strand Road
Londonderry
BT48 7AL
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
FE South Eastern Regional College
Victoria Avenue
Newtownards
BT23 7EH
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 3301084 FE BMC, NWRC and SERC Supply and Installation of Audio Visual Equipment and Provision of Support Services
Reference number
ID 3301084
two.1.2) Main CPV code
- 32321200 - Audio-visual equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
BMC wish to refresh the AV technology in its existing estate as per the TEL directive. Audio visual equipment is a key component of educational delivery, video conferencing and digital signage throughout the estate and this Contract is for supply, installation and support of such equipment over the duration of the contract. In addition, North West Regional College have an immediate requirement to purchase Interactive Touch Screens as detailed within the specification. The contract will further enable both BMC and NWRC to purchase any of the in scope AV goods or services as required for the duration of the contract term. Furthermore South Eastern Regional College, whilst not having an immediate AV requirement, will also have right to procure any of the in scope goods or services as and when required for the duration of the contract
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32320000 - Television and audio-visual equipment
- 32321300 - Audio-visual materials
- 32343100 - Audio-frequency amplifiers
- 32351300 - Audio equipment accessories
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
BMC wish to refresh the AV technology in its existing estate as per the TEL directive. Audio visual equipment is a key component of educational delivery, video conferencing and digital signage throughout the estate and this Contract is for supply, installation and support of such equipment over the duration of the contract. In addition, North West Regional College have an immediate requirement to purchase Interactive Touch Screens as detailed within the specification. The contract will further enable both BMC and NWRC to purchase any of the in scope AV goods or services as required for the duration of the contract term. Furthermore South Eastern Regional College, whilst not having an immediate AV requirement, will also have right to procure any of the in scope goods or services as and when required for the duration of the contract
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial period of 3 years, with an option to extend by a further 1 years
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The figure indicated in 11.1.5 represents the upper limit of an estimated contract value which ranges from £2million to £3million. This range reflects the potential scale of the Contract and takes into account such changes to the scope/ and or scale which may result from future operational requirements.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 February 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 9 May 2021
four.2.7) Conditions for opening of tenders
Date
8 February 2021
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see.. Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). Contractors not delivering on contract.. requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and this Contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015
UK
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 and, where.. appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is. communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful. tenderers to challenge the award decision before the contract is entered into...