Section one: Contracting authority
one.1) Name and addresses
DfE - Northern Regional College
400 Shore Road
NEWTOWNABBEY
BT37 9RS
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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 NRC - 8 x 3 axis CNC Routers
Reference number
ID 3812351
two.1.2) Main CPV code
- 42632000 - Numerically-controlled machines for metal
two.1.3) Type of contract
Supplies
two.1.4) Short description
Northern Regional College (NRC) invites tenders for the Supply, Delivery, Installation and Commissioning of 8 (eight) 3-axis CNC Routers and Accessories to the Farm Lodge; Newtownabbey; Magherafelt; and Coleraine campuses of NRC (2 routers for each of the 4 NRC sites). For use by students from Level 2, Level 3 and Level 5 construction related courses. The contract must also cover associated operator training for up to 6 (six) persons.
two.1.5) Estimated total value
Value excluding VAT: £160,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42630000 - Metal-working machine tools
- 42600000 - Machine tools
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Northern Regional College (NRC) invites tenders for the Supply, Delivery, Installation and Commissioning of 8 (eight) 3-axis CNC Routers and Accessories to the Farm Lodge; Newtownabbey; Magherafelt; and Coleraine campuses of NRC (2 routers for each of the 4 NRC sites). For use by students from Level 2, Level 3 and Level 5 construction related courses. The contract must also cover associated operator training for up to 6 (six) persons.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £160,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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
The Contract will commence on the date of award and will run for a duration of 1 year from the date commissioning is accepted, with a further optional period of 1 year to cover the additional warranty and maintenance period.
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
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 January 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: 10 April 2022
four.2.7) Conditions for opening of tenders
Date
10 January 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 in line with PGN 01/12. 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 such bodies with responsibility for appeal/mediation procedures. 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.
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.