Section one: Contracting authority
one.1) Name and addresses
Department for the Economy - Invest Northern Ireland
Bedford Square, Bedford Street
BELFAST
BT2 7ES
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://etendersni.gov.uk/epps
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
DfE Invest NI – Design, Supply, Delivery and Installation of Audio Visual Equipment Solutions and Provision of Support Services
Reference number
ID 4246054
two.1.2) Main CPV code
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Invest NI wishes to appoint a Contractor to design, supply, install and support a flexible fit-for-purpose Audio Visual (AV) solution(s), including equipment, within Invest NI’s Belfast Headquarters (Bedford Square), and Regional Offices throughout Northern Ireland. The technology must be modern, user-friendly and compatible with Invest NI provided MS Teams. The solutions must have the capability and functionality to cater for in-house meetings, on-site meetings between INI and external attendees and hybrid meetings. The services to be delivered under the Contract shall be split into phases: Phase I - Post Covid Return to Physical Office (Bedford Square and the NI regional Office Network) The Contractor shall design, supply, install and support AV Solutions in meeting rooms within Invest NI HQ and Regional network. Phase II - Ways of Working Project Planning for the longer term repurposing of floor space in Invest NI HQ, Bedford Square and the Regional offices.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £800,000
two.2) Description
two.2.2) Additional CPV code(s)
- 32321200 - Audio-visual equipment
- 32321300 - Audio-visual materials
- 32343100 - Audio-frequency amplifiers
- 32351300 - Audio equipment accessories
- 50000000 - Repair and maintenance services
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50342000 - Repair and maintenance services of audio equipment
- 50343000 - Repair and maintenance services of video equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Invest NI wishes to appoint a Contractor to design, supply, install and support a flexible fit-for-purpose Audio Visual (AV) solution(s), including equipment, within Invest NI’s Belfast Headquarters (Bedford Square), and Regional Offices throughout Northern Ireland. The technology must be modern, user-friendly and compatible with Invest NI provided MS Teams. The solutions must have the capability and functionality to cater for in-house meetings, on-site meetings between INI and external attendees and hybrid meetings. The services to be delivered under the Contract shall be split into phases: Phase I - Post Covid Return to Physical Office (Bedford Square and the NI regional Office Network) The Contractor shall design, supply, install and support AV Solutions in meeting rooms within Invest NI HQ and Regional network. Phase II - Ways of Working Project Planning for the longer term repurposing of floor space in Invest NI HQ, Bedford Square and the Regional offices.
two.2.5) Award criteria
Quality criterion - Name: AC1 AV Solution Design / Weighting: 28.8
Quality criterion - Name: AC2 Key Personnel Experience Account Manager and Specialist AV Staff / Weighting: 18.4
Quality criterion - Name: AC3 Implementation Plan / Weighting: 12
Quality criterion - Name: AC4 Support / Weighting: 10.4
Quality criterion - Name: AC5 Social Value Methodology / Weighting: 10.4
Cost criterion - Name: AC6 Total Contract Cost / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
After the initial 3 year contract period there are 3 further options to extend for up to 2 years each 3 + 2 + 2 + 2 yearsRationale: This contract is to support the long term needs of Invest NI for AV solutions across its NI estate. The implementation is anticipated to be phased over the first few years with ongoing long term support and enhancements over the future 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
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-027393
Section five. Award of contract
Contract No
1
Title
Contract - DfE Invest NI – Design, Supply, Delivery and Installation of Audio Visual Equipment Solutions and Provision of Support Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 December 2022
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Fluid AV - Mayne Communications Ltd
23 Windmill Business Park
Saintfield
BT24 7DX
Telephone
+044 2890996363
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £800,000
Total value of the contract/lot: £800,000
Section six. Complementary information
six.3) Additional information
The successful Contractor’s performance on the contract will be regularly monitored against the agreed Key Performance Indicators as detailed in the Commercial Conditions of Contract Schedule for ICT Schedule 5 – Contract and Service Management and Specification Schedule. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 for a period of twelve months from the date of issue of the certificate.
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 PCR2015 as amended.
As above
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 (as amended) and has incorporated a standstill period (minimum 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision and provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.