Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Executive Office
Stormont Estate
BELFAST
BT4 3TT
UK
E-bost: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.executiveoffice-ni.gov.uk/
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://etendersni.gov.uk/epps
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
ID 5751682 - TEO - AV Services for NI Public Inquiries
II.1.2) Prif god CPV
51300000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Executive Office on behalf of themselves and the Northern Ireland Civil Service and the Northern Ireland Office have a requirement for the electronic presentation of evidence, audio visual and web streaming fully managed services to support multiple concurrent inquiries. The requirement is as follows: • Provision of AV solution for Public Inquires which will include the provision and support of all hardware, Audio-visual/web streaming services and support for the oral hearings, including the distribution and display of evidence; • Electronic presentation of evidence at the oral hearings; and • Initially inquiry locations are expected to be (this will be determined by each inquiry): o 1st Floor Bradford Court, 1 Bradford Court, Galwally, Belfast, BT8 6RB. o 3rd Floor Corn Exchange, 31 Gordon Street, Belfast, BT1 2LG. The contract will be for an initial period of 5 years, with two options to extend by up to 12 months each. Please refer to ID 5751682 – Specification for further detail on the requirements.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
51310000
51313000
51314000
32353000
32333000
92370000
32350000
32320000
32321200
32321300
32343100
32351300
32340000
32342410
32342412
32351000
32210000
32232000
32322000
32323000
32323300
50300000
50340000
II.2.3) Man cyflawni
Cod NUTS:
UKN
II.2.4) Disgrifiad o’r caffaeliad
The Executive Office on behalf of themselves and the Northern Ireland Civil Service and the Northern Ireland Office have a requirement for the electronic presentation of evidence, audio visual and web streaming fully managed services to support multiple concurrent inquiries. The requirement is as follows: • Provision of AV solution for Public Inquires which will include the provision and support of all hardware, Audio-visual/web streaming services and support for the oral hearings, including the distribution and display of evidence; • Electronic presentation of evidence at the oral hearings; and • Initially inquiry locations are expected to be (this will be determined by each inquiry): o 1st Floor Bradford Court, 1 Bradford Court, Galwally, Belfast, BT8 6RB. o 3rd Floor Corn Exchange, 31 Gordon Street, Belfast, BT1 2LG. The contract will be for an initial period of 5 years, with two options to extend by up to 12 months each. Please refer to ID 5751682 – Specification for further detail on the requirements.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Following the initial contract period, there are 2 options to extend for up to 1 year each.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The figure indicated in Section II 1.5 represents the maximum contract value. However, as this is a call off contract that is demand driven there is no guarantee to the level of work. The estimated contract value is a range between £1m and £3m which will be determined by the usage off the contract depending on the number of enquiries at both locations.. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. 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.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
The appointment to the contract will be subject to the preferred supplier demonstrating that the minimum requirements specified in the selection questionnaire continue to be met and that there being no material adverse change to the standing of the supplier. The appointment will also be subject to all other necessary due diligence being carried out by the Authority. Contract performance will be subject to the conditions specified in the contract and the successful Supplier’s performance on the contract will be regularly monitored..
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
25/03/2025
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
23/06/2025
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
25/03/2025
Amser lleol: 15:30
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 can 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 three years from the date of issue.. The Authority expressly reserves the rights:. (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages.. and in no circumstances will the Authority be liable for any costs incurred by candidates.. This project will be used to progress the Government’s wider social, economic and environmental objectives.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
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
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
CPD will comply with the Public Contracts Regulations 2015 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.
VI.5) Dyddiad anfon yr hysbysiad hwn
20/02/2025