Contract

ID 4019972 - DoH - Provision of Audio Visual/Web Streaming Services and the Electronic Presentation of Evidence to support the Muckamore Abbey Hospital Inquiry and Urology Services Inquiry

  • The Department of Health

F03: Contract award notice

Notice identifier: 2022/S 000-010592

Procurement identifier (OCID): ocds-h6vhtk-0324a1

Published 25 April 2022, 1:23pm



Section one: Contracting authority

one.1) Name and addresses

The Department of Health

Castle Buildings, Stormont

BELFAST

BT4 3SQ

Contact

SSDAdmin.CPDfinance-ni.gov.uk

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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 4019972 - DoH - Provision of Audio Visual/Web Streaming Services and the Electronic Presentation of Evidence to support the Muckamore Abbey Hospital Inquiry and Urology Services Inquiry

Reference number

ID 4019972

two.1.2) Main CPV code

  • 50340000 - Repair and maintenance services of audio-visual and optical equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Health wishes to procure the electronic presentation of evidence, audio visual and web streaming fully managed services to support the two Inquiries. The requirement is as follows: • Electronic presentation of evidence at the oral hearings; • Provision of Audio-visual/web streaming services and support for the oral hearings, including the distribution and display of evidence The above requires the provision of personnel, hardware, software, software licences and other requirements to establish, deliver and maintain the required level of service. It should be noted that it is highly likely that both Inquiries will have oral hearings on the same days and therefore the successful Contractor will require sufficient personnel to staff both Inquiries.

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: £1,266,000

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
  • 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
  • 51300000 - Installation services of communications equipment
  • 51313000 - Installation services of sound equipment
  • 32320000 - Television and audio-visual equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Health wishes to procure the electronic presentation of evidence, audio visual and web streaming fully managed services to support the two Inquiries. The requirement is as follows: • Electronic presentation of evidence at the oral hearings; • Provision of Audio-visual/web streaming services and support for the oral hearings, including the distribution and display of evidence The above requires the provision of personnel, hardware, software, software licences and other requirements to establish, deliver and maintain the required level of service. It should be noted that it is highly likely that both Inquiries will have oral hearings on the same days and therefore the successful Contractor will require sufficient personnel to staff both Inquiries.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 60

Cost criterion - Name: Quantitative Criteria / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Contract will commence on award of contract for an initial period of 2 years with the option to extend for a further period of 1 year. 2 years [+1yr]

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 accelerated route was used due to the immediacy of the hearings: witnesses are potentially both vulnerable and elderly and it is desired that hearings commence as soon as possible to enable as many witnesses to participate as best possible.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

The accelerated route was used due to the immediacy of the hearings: witnesses are potentially

both vulnerable and elderly and it is desired that hearings commence as soon as possible to enable as many witnesses to participate as best possible.

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 000-007687


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

25 April 2022

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

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

five.2.3) Name and address of the contractor

Pi Communications

19 Church Avenue

Belfast

BT17 9RS

Email

SSDAdmin.CPD@finance-ni.gov.uk

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: £700,000

Total value of the contract/lot: £1,266,000


Section six. Complementary information

six.3) Additional information

The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see... Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). 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 this contract may be terminated. A central register... of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of.. a. notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the.. date of.. issue of the notice. It may also 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. 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.

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 as amended

United Kingdom

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will complied with the Public Contracts Regulations 2015 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. Also this provided time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.