Section one: Contracting authority
one.1) Name and addresses
Department for the Economy - Invest Northern Ireland
Bedford Square, Bedford Street
BELFAST
BT2 7ES
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
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
DfE Invest NI – Design, Supply, Delivery and Installation of Audio Visual Equipment Solutions and Provision of Support Services
Reference number
ID 4246054
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Invest NI wishes to appoint a Contractor to design, supply, install and support a flexible fit-for-purpose Audio Visual (AV) solution(s), including equipment, within Invest NI’s Belfast Headquarters (Bedford Square), and Regional Offices throughout Northern Ireland. The technology must be modern, user-friendly and compatible with Invest NI provided MS Teams. The solutions must have the capability and functionality to cater for in-house meetings, on-site meetings between INI and external attendees and hybrid meetings. The services to be delivered under the Contract shall be split into phases: Phase I - Post Covid Return to Physical Office (Bedford Square and the NI regional Office Network) The Contractor shall design, supply, install and support AV Solutions in meeting rooms within Invest NI HQ and Regional network. Phase II - Ways of Working Project Planning for the longer term repurposing of floor space in Invest NI HQ, Bedford Square and the Regional offices.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: No
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
- 50000000 - Repair and maintenance services
- 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
- 50342000 - Repair and maintenance services of audio equipment
- 50343000 - Repair and maintenance services of video equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Invest NI wishes to appoint a Contractor to design, supply, install and support a flexible fit-for-purpose Audio Visual (AV) solution(s), including equipment, within Invest NI’s Belfast Headquarters (Bedford Square), and Regional Offices throughout Northern Ireland. The technology must be modern, user-friendly and compatible with Invest NI provided MS Teams. The solutions must have the capability and functionality to cater for in-house meetings, on-site meetings between INI and external attendees and hybrid meetings. The services to be delivered under the Contract shall be split into phases: Phase I - Post Covid Return to Physical Office (Bedford Square and the NI regional Office Network) The Contractor shall design, supply, install and support AV Solutions in meeting rooms within Invest NI HQ and Regional network. Phase II - Ways of Working Project Planning for the longer term repurposing of floor space in Invest NI HQ, Bedford Square and the Regional offices.
two.2.5) Award criteria
Quality criterion - Name: AC1 AV Solution Design / Weighting: 28.8
Quality criterion - Name: AC2 Key Personnel Experience (Account Manager and Specialist AV Staff) / Weighting: 18.4
Quality criterion - Name: AC3 Implementation Plan / Weighting: 12
Quality criterion - Name: AC4 Support / Weighting: 10.4
Quality criterion - Name: AC5 Social Value Methodology / Weighting: 10.4
Cost criterion - Name: AC6 Total Contract Cost / Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
After the initial 3 year contract period there are 3 further options to extend for up to 2 years each (3 + 2 + 2 + 2 years)
Rationale: This contract is to support the long term needs of Invest NI for AV solutions across its NI estate. The implementation is anticipated to be phased over the first few years with ongoing long term support and enhancements over the future 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 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 Client will monitor the Contractor’s performance against the agreed Key Performance Indicators as detailed in the Commercial Conditions of Contract Schedule for ICT Schedule 5 – Contract and Service Management and. Specification Schedule.
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
10 November 2022
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: 8 February 2023
four.2.7) Conditions for opening of tenders
Date
10 November 2022
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. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 certificate. .
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 PCR2015 as amended.
As above
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.