Award

FAE-20-028 Supply and Delivery of Interactive Touch Panels

  • Education Authority NI

F15: Voluntary ex ante transparency notice

Notice identifier: 2022/S 000-017851

Procurement identifier (OCID): ocds-h6vhtk-02aa0d

Published 30 June 2022, 10:30am



Section one: Contracting authority/entity

one.1) Name and addresses

Education Authority NI

40 Academy Street

Belfast

BT1 2NQ

Email

equipment.procure@eani.org.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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FAE-20-028 Supply and Delivery of Interactive Touch Panels

two.1.2) Main CPV code

  • 32321200 - Audio-visual equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply, Delivery, Installation and Commissioning of Interactive Touch Display Panels to schools within Northern Ireland.

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £8,500,000

two.2) Description

two.2.1) Title

Promethean Brand

Lot No

1

two.2.2) Additional CPV code(s)

  • 30231310 - Flat panel displays

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Supply, Delivery, Installation and Commissioning of Interactive Touch Display Panels to schools within Northern Ireland

two.2.5) Award criteria

Quality criterion - Name: AC-1 Service / Weighting: 10

Quality criterion - Name: AC-2 Business Continuity Plan / Weighting: 10

Cost criterion - Name: AC-3 Quantitative Criteria Price / Weighting: 80

two.2.11) Information about options

Options: Yes

Description of options

options to extend for two further periods of up to twelve months 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) Description

two.2.1) Title

Smart Brand

Lot No

2

two.2.2) Additional CPV code(s)

  • 30231310 - Flat panel displays

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Supply, Delivery, Installation and Commissioning of Interactive Touch Display Panels to schools within Northern Ireland

two.2.5) Award criteria

Quality criterion - Name: AC-1 Service / Weighting: 10

Quality criterion - Name: AC-2 Business Continuity Plan / Weighting: 10

Cost criterion - Name: AC-3 Quantitative Criteria Price / Weighting: 80

two.2.11) Information about options

Options: Yes

Description of options

options to extend for two further periods of up to twelve months 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) Description

two.2.1) Title

Clever Brand

Lot No

3

two.2.2) Additional CPV code(s)

  • 30231310 - Flat panel displays

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Supply, Delivery, Installation and Commissioning of Interactive Touch Display Panels to schools within Northern Ireland

two.2.5) Award criteria

Quality criterion - Name: AC-1 Service / Weighting: 10

Quality criterion - Name: AC-2 Business Continuity Plan / Weighting: 10

Cost criterion - Name: AC-3 Quantitative Criteria Price / Weighting: 80

two.2.11) Information about options

Options: Yes

Description of options

with options to extend for two further periods of up to twelve months 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) Description

two.2.1) Title

Miscellaneous Brands

Lot No

4

two.2.2) Additional CPV code(s)

  • 30231310 - Flat panel displays

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Supply, Delivery, Installation and Commissioning of Interactive Touch Display Panels to schools within Northern Ireland

two.2.5) Award criteria

Quality criterion - Name: AC-1 Service / Weighting: 10

Quality criterion - Name: AC-2 Business Continuity Plan / Weighting: 10

Cost criterion - Name: AC-3 Quantitative Criteria Price / Weighting: 80

two.2.11) Information about options

Options: Yes

Description of options

with options to extend for two further periods of up to twelve months 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • Extreme urgency brought about by events unforeseeable for the contracting authority
  • Additional deliveries by the original supplier

Explanation:

The purpose of this VEAT notice is to inform and provide prior notice to the market that the Authority intends to modify its Framework Agreement (FAE-20-028) for the Supply and Delivery of Interactive Touch Panels.

Following publication of this VEAT Notice, the Authority will observe a 10 day standstill which will conclude at midnight on Monday 11th July 2022.

This opportunity / Framework Agreement was originally advertised in a Contract Notice (2021/S 000-008860). A Contract Award Notice (2021/S 000-014804) was also subsequently published.

The requirement has arisen to modify the value of this Framework Agreement due to an unforeseen increase in demand for Interactive Touch Panels. This will provide short term contractual coverage whilst the Authority carries out a re-procurement exercise.

The Authority intends to run a re-procurement exercise in order to replace this current Framework Agreement. It is anticipated that a replacement will commence in July 2023.

The modification to the value of this Framework Agreement provides an interim solution to ensure contractual coverage for schools until the new Framework Agreement commences.

This is the first modification to this Framework Agreement. It is estimated that the total value of this modification shall be less than 50% of the original contract value. The original contract value was stated as £8,500,000 and the proposed modification will increase the total contract value to £12,750,000.

The modification is proposed in accordance with Regulation 72 (1) (c) and will comply with each of the following conditions pertaining to this regulation as outlined below:

(i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen i.e. increase in demand in part influenced by the availability of funding which could not be foreseen at the time of advertising the original contract.

(ii) the modification does not alter the overall nature of the contract (services provided will remain the same);

(iii) the value of the modification does not exceed 50% of the value of the original contract (value of proposed modification is 50% of the original contact value).

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

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 000-014804


Section five. Award of contract/concession

Contract No

1

Lot No

1

Title

Promethean Brand

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

29 June 2021

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Synchronised Cabling Solutions Ltd

Newtownabbey

Email

andrew@syncsolutions.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

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

Total value of the contract/lot/concession: £2,125,000


Section five. Award of contract/concession

Contract No

2

Lot No

2

Title

Smart Brand

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

29 June 2021

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Synchronised Cabling Solutions Ltd

Newtownabbey

Email

andrew@syncsolutions.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

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

Total value of the contract/lot/concession: £2,125,000


Section five. Award of contract/concession

Contract No

3

Lot No

3

Title

Clever Brand

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

29 June 2021

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Niavac Ltd

Belfast

Email

karen@niavac.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

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

Total value of the contract/lot/concession: £2,125,000


Section five. Award of contract/concession

Contract No

4

Lot No

4

Title

Miscellaneous Brands

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

29 June 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor/concessionaire

Fluid AV - Mayne Communications Ltd

Ballynahinch

Email

sales@fluid-av.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Niavac Ltd

Belfast

Email

karen@niavac.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Exi-tite Ltd

Ballygawley

Email

gcondell@exi-tite.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Call Tech Support Ltd

Armagh

Email

office@calltechsupportltd.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Burke Systems Solutions Ltd

Belfast

Email

michael@burkesystems.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Imex Systems Ltd

Craigavon

Email

pniblock@imex.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

five.2.3) Name and address of the contractor/concessionaire

Synchronised Cabling Solutions Ltd

Newtownabbey

Email

andrew@syncsolutions.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

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

Total value of the contract/lot/concession: £2,125,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures

Belfast

Country

United Kingdom