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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,549,077.60
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
Quality criterion - Name: Implementation Plan / Weighting: 12
Quality criterion - Name: Capability and Capacity of Resources / Weighting: 12
Quality criterion - Name: Support / Weighting: 12
Quality criterion - Name: Maintenance / Weighting: 12
Quality criterion - Name: Training / Weighting: 12
Cost criterion - Name: Total Contract Price / Weighting: 40
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
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 000-000118
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
10 March 2021
five.2.2) Information about tenders
Number of tenders received: 6
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: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
NIAVAC LTD
5 Prince Regent Road
BELFAST
BT5 6QR
Telephone
+44 2890793000
Fax
+44 2890793035
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: £3,000,000
Total value of the contract/lot: £1,549,077.60
Section six. Complementary information
six.3) Additional information
The figure indicated in 2.4 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.
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