Section one: Contracting authority
one.1) Name and addresses
Department of Finance
Craigantlet Buildings, Stormont Estate
BELFAST
BT4 3SB
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 electronically via
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
ID 3682600 - DoF - Supply of end user devices, accessories and services.
Reference number
ID 3682600
two.1.2) Main CPV code
- 30200000 - Computer equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Department of Finance, for itself and on behalf of other public sector organisations requiring the supply and delivery of End User Devices, Accessories and Services as defined within the Specification, in Northern Ireland including, but not limited to, government departments, agencies, non-departmental public bodies, local authorities and bodies that receive grant funding from Northern Ireland government departments or from bodies which Northern Ireland government departments are responsible for, is establishing a collaborative agreement.
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30213200 - Tablet computer
- 80533000 - Computer-user familiarisation and training services
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 50320000 - Repair and maintenance services of personal computers
- 30232000 - Peripheral equipment
- 32351000 - Accessories for sound and video equipment
- 32422000 - Network components
- 30215000 - Microcomputer hardware
- 30231000 - Computer screens and consoles
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 32423000 - Network hubs
- 32250000 - Mobile telephones
- 30230000 - Computer-related equipment
- 50312000 - Maintenance and repair of computer equipment
- 51000000 - Installation services (except software)
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 31300000 - Insulated wire and cable
- 30213100 - Portable computers
- 72800000 - Computer audit and testing services
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 31154000 - Uninterruptible power supplies
- 30233000 - Media storage and reader devices
- 32424000 - Network infrastructure
- 32270000 - Digital transmission apparatus
- 30213300 - Desktop computer
- 30237000 - Parts, accessories and supplies for computers
- 72500000 - Computer-related services
- 30234000 - Storage media
- 30236000 - Miscellaneous computer equipment
- 32425000 - Network operating system
- 30213000 - Personal computers
- 51600000 - Installation services of computers and office equipment
- 30237300 - Computer supplies
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32427000 - Network system
- 32232000 - Video-conferencing equipment
- 72900000 - Computer back-up and catalogue conversion services
- 32260000 - Data-transmission equipment
- 30210000 - Data-processing machines (hardware)
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department of Finance, for itself and on behalf of other public sector organisations requiring the supply and delivery of End User Devices, Accessories and Services as defined within the Specification, in Northern Ireland including, but not limited to, government departments, agencies, non-departmental public bodies, local authorities and bodies that receive grant funding from Northern Ireland government departments or from bodies which Northern Ireland government departments are responsible for, is establishing a collaborative agreement.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 30
Cost criterion - Name: Quantitative Criteria / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
This contract is for an initial period of 1 year with 4 optional extension periods of 1 year each.
Eg 1 year [+1 year, +1 year, +1 year, +1 year]
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract is for an initial period of 1 year with 4 optional extension periods of 1 year each.
Eg 1 year [+1 year, +1 year, +1 year, +1 year]
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 estimated value of this contract is in the range of £50 million to £75 million. This is a maximum. figure that reflects the potential scale of the contract and takes into account potential optional extension periods. Neither CPD nor the Contracting Authority can provide any guarantee. as to the level of business under this contract. The Contracting Authority reserves the right to award the Contract following submission of Initial Tender. Responses and the right to down-select Economic Operators following each round of negotiations. The participating bodies who may avail of this contract are as follows:Department of Finance (DoF), Department of Agriculture, Environment & Rural Affairs (DAERA), Department for Infrastructure (DfI), Department for the Economy (DfE), Department for Education (DE), Department of Health (DoH), Department of Justice (DOJ), The Executive Office, Department for Communities (DfC), North West Regional College (NWRC), Southern Regional College (SRC), South West College (SWC), South Eastern Regional College (SERC), Belfast Metropolitan College – (BMC), Northern Regional College (NRC), Commissioner for Older People in Northern Ireland (COPNI), Comhairle Na Gaelscolaíochta, Northern Ireland Screen, Tourism Northern Ireland, Agri-Food & Biosciences Institute (AFBI), Commission for Victims and Survivors , Northern Ireland Social Care Council (NISCC), Invest Northern Ireland (INI), Stranmillis University College , Education Authority, Northern Ireland Community Relations Council, Public Prosecution Service for Northern Ireland, Council for the Curriculum Examinations and Assessment (CCEA), Ulster Supported Employment Limited (USEL), NI Assembly, Equality Commission for Northern Ireland, St Mary’s University College, Northern Ireland Policing Board, Office of the Attorney General for Northern Ireland, Utility Regulator, The Northern Ireland Commissioner for Children and Young People, Construction Industry Training Board (CITB) Northern Ireland, Northern Ireland Prison Service (NIPS), Youth Justice Agency of Northern Ireland, Police ombudsman, Translink
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations. 2015 (as amended). A selection process will also be used to identify. economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Department’s satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The appointment to the contract will be subject to the preferred supplier demonstrating. that the minimum requirements specified in the selection questionnaire continue to be met and that there being no material adverse change to the standing of the supplier. The appointment will also be subject to all other necessary due diligence being carried out by the Authority. Contract performance will be subject to the conditions specified in the contract, which may include social and environmental clauses in order to promote equality of opportunity and sustainable development. Further details are set out at Section VI.3 below and furthermore in the Information Memorandum
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
28 February 2022
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: 28 June 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Contracting Authority reserves the right: to hold additional rounds of negotiations with Economic Operators; to require the submission of any further or additional information or tender submissions; to award the Contract following the submission of initial tenders; to award the Contract following conclusion of the first round of negotiation sessions; and/or to down-select Economic Operators following each round of negotiations. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Contracting Authority (however, they may be subject to clarification, if required, at the Contracting Authority’s absolute discretion). The Contracting.. Authority reserves the right: to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any.. stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the.. procurement documents; to require an Economic Operator to clarify its SQ or tender response in writing and/or provide additional.. information; to terminate the procurement process; and/or to amend the terms and conditions of the SQ or tender evaluation process.. or negotiation process. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain.. responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in.. connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly,.. of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall.. arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into.. the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures.. in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting.. Authority reserves the right to change any or all of them. The figure indicated in II.1.5 represents an estimated contract value range of. £50m -£75m this range reflects the potential scale of the contract and takes into account potential optional extension periods. The pricing. strategy applied and the setting of cost/profit margins are a commercial decision for Economic. Operators when submitting a bid for. this competition. In addition, neither CPD nor the Contracting Authority can provide any guarantee. as to the level of business under this. contract. The successful contractor’s performance on the contract will be regularly monitored.. 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 the. contract may be terminated. The issue of a. Notice 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 Notice. This contract will not be awarded in Lots as a single supplier is required.
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 PCR2015as amended
Belfast
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, 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..