Tender

ID 5751682 - TEO - AV Services for NI Public Inquiries

  • The Executive Office

F02: Contract notice

Notice identifier: 2025/S 000-006411

Procurement identifier (OCID): ocds-h6vhtk-04e585

Published 20 February 2025, 4:43pm



Section one: Contracting authority

one.1) Name and addresses

The Executive Office

Stormont Estate

BELFAST

BT4 3TT

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.executiveoffice-ni.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

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 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 5751682 - TEO - AV Services for NI Public Inquiries

two.1.2) Main CPV code

  • 51300000 - Installation services of communications equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The Executive Office on behalf of themselves and the Northern Ireland Civil Service and the Northern Ireland Office have a requirement for the electronic presentation of evidence, audio visual and web streaming fully managed services to support multiple concurrent inquiries. The requirement is as follows: • Provision of AV solution for Public Inquires which will include the provision and support of all hardware, Audio-visual/web streaming services and support for the oral hearings, including the distribution and display of evidence; • Electronic presentation of evidence at the oral hearings; and • Initially inquiry locations are expected to be (this will be determined by each inquiry): o 1st Floor Bradford Court, 1 Bradford Court, Galwally, Belfast, BT8 6RB. o 3rd Floor Corn Exchange, 31 Gordon Street, Belfast, BT1 2LG. The contract will be for an initial period of 5 years, with two options to extend by up to 12 months each. Please refer to ID 5751682 – Specification for further detail on the requirements.

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)

  • 51310000 - Installation services of radio, television, sound and video equipment
  • 51313000 - Installation services of sound equipment
  • 51314000 - Installation services of video equipment
  • 32353000 - Sound recordings
  • 32333000 - Video recording or reproducing apparatus
  • 92370000 - Sound technician
  • 32350000 - Parts of sound and video equipment
  • 32320000 - Television and audio-visual equipment
  • 32321200 - Audio-visual equipment
  • 32321300 - Audio-visual materials
  • 32343100 - Audio-frequency amplifiers
  • 32351300 - Audio equipment accessories
  • 32340000 - Microphones and loudspeakers
  • 32342410 - Sound equipment
  • 32342412 - Speakers
  • 32351000 - Accessories for sound and video equipment
  • 32210000 - Broadcasting equipment
  • 32232000 - Video-conferencing equipment
  • 32322000 - Multimedia equipment
  • 32323000 - Video monitors
  • 32323300 - Video equipment
  • 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

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Executive Office on behalf of themselves and the Northern Ireland Civil Service and the Northern Ireland Office have a requirement for the electronic presentation of evidence, audio visual and web streaming fully managed services to support multiple concurrent inquiries. The requirement is as follows: • Provision of AV solution for Public Inquires which will include the provision and support of all hardware, Audio-visual/web streaming services and support for the oral hearings, including the distribution and display of evidence; • Electronic presentation of evidence at the oral hearings; and • Initially inquiry locations are expected to be (this will be determined by each inquiry): o 1st Floor Bradford Court, 1 Bradford Court, Galwally, Belfast, BT8 6RB. o 3rd Floor Corn Exchange, 31 Gordon Street, Belfast, BT1 2LG. The contract will be for an initial period of 5 years, with two options to extend by up to 12 months each. Please refer to ID 5751682 – Specification for further detail on the requirements.

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

60

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

Following the initial contract period, there are 2 options to extend for up to 1 year each.

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 Section II 1.5 represents the maximum contract value. However, as this is a call off contract that is demand driven there is no guarantee to the level of work. The estimated contract value is a range between £1m and £3m which will be determined by the usage off the contract depending on the number of enquiries at both locations.. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. 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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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 and the successful Supplier’s performance on the contract will be regularly monitored..


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

25 March 2025

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: 23 June 2025

four.2.7) Conditions for opening of tenders

Date

25 March 2025

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 can 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 three years from the date of issue.. The Authority expressly reserves the rights:. (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages.. and in no circumstances will the Authority be liable for any costs incurred by candidates.. This project will be used to progress the Government’s wider social, economic and environmental objectives.

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 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.