Contract

DfE NRC - 8 x 3 axis CNC Routers

  • Northern Regional College

F03: Contract award notice

Notice identifier: 2022/S 000-004317

Procurement identifier (OCID): ocds-h6vhtk-02ff71

Published 15 February 2022, 4:35pm



Section one: Contracting authority

one.1) Name and addresses

Northern Regional College

400 Shore Road

NEWTOWNABBEY

BT37 9RS

Email

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.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 NRC - 8 x 3 axis CNC Routers

Reference number

ID 3812351

two.1.2) Main CPV code

  • 42632000 - Numerically-controlled machines for metal

two.1.3) Type of contract

Supplies

two.1.4) Short description

Northern Regional College (NRC) invites tenders for the Supply, Delivery, Installation and Commissioning of 8 (eight) 3-axis CNC Routers and Accessories to the Farm Lodge; Newtownabbey; Magherafelt; and Coleraine campuses of NRC (2 routers for each of the 4 NRC sites). For use by students from Level 2, Level 3 and Level 5 construction related courses. The contract must also cover associated operator training for up to 6 (six) persons.

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: £132,400

two.2) Description

two.2.2) Additional CPV code(s)

  • 42630000 - Metal-working machine tools
  • 42600000 - Machine tools

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Northern Regional College (NRC) invites tenders for the Supply, Delivery, Installation and Commissioning of 8 (eight) 3-axis CNC Routers and Accessories to the Farm Lodge; Newtownabbey; Magherafelt; and Coleraine campuses of NRC (2 routers for each of the 4 NRC sites). For use by students from Level 2, Level 3 and Level 5 construction related courses. The contract must also cover associated operator training for up to 6 (six) persons.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

The Contract will commence on the date of award and will run for a duration of 1 year from the date commissioning is accepted, with a further optional period of 1 year to cover the additional warranty and maintenance period.

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: 2021/S 000-030714


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2022

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

T.I. MACHINERY SALES LIMITED

9, Maryland Industrial Estate

NEWTOWNARDS

BT23 6BL

Email

sales@timachinerysales.com

Telephone

+44 2890448882

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

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: £160,000

Total value of the contract/lot: £132,400


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12.. 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 such bodies with responsibility for appeal/mediation procedures. 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 as amended.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 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. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.