Section one: Contracting authority
one.1) Name and addresses
NI Assembly
Parliament Buildings
Belfast
BT4 3XX
Contact
procurementniassembly.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.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 electronically via
https://etendersni.gov.uk/epps
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Legislature
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Contract for the Replacement of the IPTV System for the NI Assembly Commission - BR-067-2021
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The Assembly Commission wishes to procure a supplier for the replacement of the IPTV system. This will include the TV signal distribution, the associated equipment and licences as well the installation and the maintenance of both. This contract will cover: • Replacement of the obsolete TV distribution equipment, including applicable server switching infrastructure, encoders and currently deployed CRT television sets, with a modern, resilient solution that meets the requirements of the Assembly Commission; • The replacement of the current ancillary apparatus such as aerials, which are in a poor state of repair, with a suitable solution to support the new equipment; and • Provision of ongoing hardware and software maintenance for up to 10 years. The installation and support services required as an integral part of this project are as important to the delivery of a successful fulfilment as the quality of the equipment. It should also be noted that the TVDS is integral to the delivery of the services of the Assembly and its Members and any interruption to these services, by whatever combination of equipment or service is unacceptable. Any new solution should also have a digital signage functionality included. This would be via dedicated multicast channels that would have the ability to display internal multi-media content such as corporate messages, health and safety information, marketing and promotion of Assembly events etc. in various locations throughout Parliament Buildings. The Assembly Commission has given careful consideration as to whether any new solution should be on-premise or cloud-based. The requirements for internal broadcast of Assembly proceedings must deliver content as live with minimal latency or delay in the broadcast of proceedings. The Assembly Commission is therefore seeking only those bids proposing an on premise solution Out of scope of this contract are: a The decommissioning and disposal of the current system and associated equipment, including aerials. The Assembly Commission will undertake this exercise themselves. b The replacement of desktop computer equipment, c he provision of a replacement annunciator system, associated distribution system or display equipment. The Assembly Commission is seeking an experienced supplier, with a quality and service focus, which is capable of working with them, through these challenges to deliver the best service possible. The contract will be for an initial period of 62 months. There will be five optional extension periods of up to 12 months each. The hardware required to deliver this contract must be delivered on-site before the end of March 2022. THE ASSEMBLY COMMISSION INVITE PROSPECTIVE TENDERERS TO COME ON-SITE AT PARLIAMENT BUILDINGS TO FAMILIARISE THEMSELVES WITH THE BUILDING AND THE CURRENT SET-UP TO HELP INFORM THEIR DECISION TO TENDER AND ASSIST WITH COMPLETING THEIR TENDER BID SHOULD THEY DECIDE TO PARTICIPATE. IF INTERESTED IN THIS OFFER, TENDERERS MUST SUBMIT A REQUEST THROUGH THE MESSAGING FUNCTION ON THE ETENDERSNI PORTAL WITH A PROPOSED DATE AND TIME THAT SUITS. VISITS WILL BE BOOKED ON A FIRST COME, FIRST SERVED BASIS AND WILL ONLY BE PERMITTED BETWEEN 10AM AND 4PM 25TH NOVEMBER, 26TH NOVEMBER AND 29TH NOVEMBER 2021.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72260000 - Software-related services
- 32220000 - Television transmission apparatus without reception apparatus
- 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
- 32000000 - Radio, television, communication, telecommunication and related equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKN - Northern Ireland
- UKN06 - Belfast
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Assembly Commission wishes to procure a supplier for the replacement of the IPTV system. This will include the TV signal distribution, the associated equipment and licences as well the installation and the maintenance of both. This contract will cover: • Replacement of the obsolete TV distribution equipment, including applicable server switching infrastructure, encoders and currently deployed CRT television sets, with a modern, resilient solution that meets the requirements of the Assembly Commission; • The replacement of the current ancillary apparatus such as aerials, which are in a poor state of repair, with a suitable solution to support the new equipment; and • Provision of ongoing hardware and software maintenance for up to 10 years. The installation and support services required as an integral part of this project are as important to the delivery of a successful fulfilment as the quality of the equipment. It should also be noted that the TVDS is integral to the delivery of the services of the Assembly and its Members and any interruption to these services, by whatever combination of equipment or service is unacceptable. Any new solution should also have a digital signage functionality included. This would be via dedicated multicast channels that would have the ability to display internal multi-media content such as corporate messages, health and safety information, marketing and promotion of Assembly events etc. in various locations throughout Parliament Buildings. The Assembly Commission has given careful consideration as to whether any new solution should be on-premise or cloud-based. The requirements for internal broadcast of Assembly proceedings must deliver content as live with minimal latency or delay in the broadcast of proceedings. The Assembly Commission is therefore seeking only those bids proposing an on premise solution Out of scope of this contract are: a The decommissioning and disposal of the current system and associated equipment, including aerials. The Assembly Commission will undertake this exercise themselves. b The replacement of desktop computer equipment, c he provision of a replacement annunciator system, associated distribution system or display equipment. The Assembly Commission is seeking an experienced supplier, with a quality and service focus, which is capable of working with them, through these challenges to deliver the best service possible. The contract will be for an initial period of 62 months. There will be five optional extension periods of up to 12 months each. The hardware required to deliver this contract must be delivered on-site before the end of March 2022. THE ASSEMBLY COMMISSION INVITE PROSPECTIVE TENDERERS TO COME ON-SITE AT PARLIAMENT BUILDINGS TO FAMILIARISE THEMSELVES WITH THE BUILDING AND THE CURRENT SET-UP TO HELP INFORM THEIR DECISION TO TENDER AND ASSIST WITH COMPLETING THEIR TENDER BID SHOULD THEY DECIDE TO PARTICIPATE. IF INTERESTED IN THIS OFFER, TENDERERS MUST SUBMIT A REQUEST THROUGH THE MESSAGING FUNCTION ON THE ETENDERSNI PORTAL WITH A PROPOSED DATE AND TIME THAT SUITS. VISITS WILL BE BOOKED ON A FIRST COME, FIRST SERVED BASIS AND WILL ONLY BE PERMITTED BETWEEN 10AM AND 4PM 25TH NOVEMBER, 26TH NOVEMBER AND 29TH NOVEMBER 2021.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
62
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: No
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
As detailed in the published tender documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
17 December 2021
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: 17 March 2022
four.2.7) Conditions for opening of tenders
Date
17 December 2021
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
N/A
N/A
Country
United Kingdom