Awarded contract

ID 3682600 - DoF - Supply of end user devices, accessories and services.

  • Department of Finance

F03: Contract award notice

Notice reference: 2022/S 000-016965

Published 21 June 2022, 4:14pm



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

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 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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £67,560,225

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.2.11) 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 EconomyDfE, 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 EasternRegional 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, 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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 000-002318


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

21 June 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

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: 1

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

five.2.3) Name and address of the contractor

BRITISH TELECOMMUNICATIONS PLC

Newgate Street

LONDON

EC1A 7AJ

Email

hannah.luke@bt.com

Telephone

+44 7483107774

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £75,000,000

Total value of the contract/lot: £67,560,225


Section six. Complementary information

six.3) Additional information

The Contracting Authority reserved 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..