Notice Information
Notice Title
ID 3682600 - DoF - Supply of end user devices, accessories and services.
Notice Description
The Department of Finance, for itself and on behalf of other public sector organisations requiring the supply and delivery of End User Devices, Accessories and Services as defined within the Specification, in Northern Ireland including, but not limited to, government departments, agencies, non-departmental public bodies, local authorities and bodies that receive grant funding from Northern Ireland government departments or from bodies which Northern Ireland government departments are responsible for, is establishing a collaborative agreement.
Lot Information
Lot 1
The Department of Finance, for itself and on behalf of other public sector organisations requiring the supply and delivery of End User Devices, Accessories and Services as defined within the Specification, in Northern Ireland including, but not limited to, government departments, agencies, non-departmental public bodies, local authorities and bodies that receive grant funding from Northern Ireland government departments or from bodies which Northern Ireland government departments are responsible for, is establishing a collaborative agreement. Additional information: The estimated value of this contract is in the range of PS50 million to PS75 million. This is a maximum.figure that reflects the potential scale of the contract and takes into account potential optional extension periods. Neither CPD nor the Contracting Authority can provide any guarantee. as to the level of business under this contract. The Contracting Authority reserves the right to award the Contract following submission of Initial Tender. Responses and the right to down-select Economic Operators following each round of negotiations. The participating bodies who may avail of this contract are as follows:Department of Finance DoF, Department of Agriculture, Environment Rural Affairs DAERA, Department for Infrastructure DfI, Department for the EconomyDfE, Department for Education DE, Department of Health DoH, Department of Justice DOJ, The Executive Office, Department for Communities DfC, North West Regional College NWRC, Southern Regional College SRC, South West College SWC, South EasternRegional College SERC, Belfast Metropolitan College - BMC, Northern Regional College NRC, Commissioner for Older People in Northern Ireland COPNI, Comhairle Na Gaelscolaiochta, Northern Ireland Screen, Tourism Northern Ireland, Agri-Food Biosciences Institute AFBI, Invest Northern Ireland INI,Stranmillis University College , Education Authority, Northern Ireland Community Relations Council, Public Prosecution Service for Northern Ireland, Council for the Curriculum Examinations and Assessment CCEA, Ulster Supported Employment Limited USEL, NI Assembly, Equality Commission for Northern Ireland, St Mary's University College, Northern Ireland Policing Board, Office of the Attorney General for Northern Ireland, Utility Regulator, The Northern Ireland Commissioner for Children and Young People, Construction Industry Training Board CITB Northern Ireland, Northern Ireland Prison Service NIPS, Youth Justice Agency of Northern Ireland, Police Ombudsman, Translink
Options: This contract is for an initial period of 1 year with 4 optional extension periods of 1 year each.Eg 1 year [+1 year, +1 year, +1 year, +1 year]
Renewal: This contract is for an initial period of 1 year with 4 optional extension periods of 1 year each. Eg 1 year [+1 year, +1 year, +1 year, +1 year]
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-030fa7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016965-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
50 - Repair and maintenance services
51 - Installation services (except software)
72 - IT services: consulting, software development, Internet and support
80 - Education and training services
-
- CPV Codes
30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
30100000 - Office machinery, equipment and supplies except computers, printers and furniture
30200000 - Computer equipment and supplies
30210000 - Data-processing machines (hardware)
30213000 - Personal computers
30213100 - Portable computers
30213200 - Tablet computer
30213300 - Desktop computer
30215000 - Microcomputer hardware
30230000 - Computer-related equipment
30231000 - Computer screens and consoles
30232000 - Peripheral equipment
30233000 - Media storage and reader devices
30234000 - Storage media
30236000 - Miscellaneous computer equipment
30237000 - Parts, accessories and supplies for computers
30237300 - Computer supplies
31154000 - Uninterruptible power supplies
31300000 - Insulated wire and cable
32232000 - Video-conferencing equipment
32250000 - Mobile telephones
32260000 - Data-transmission equipment
32270000 - Digital transmission apparatus
32351000 - Accessories for sound and video equipment
32420000 - Network equipment
32421000 - Network cabling
32422000 - Network components
32423000 - Network hubs
32424000 - Network infrastructure
32425000 - Network operating system
32427000 - Network system
50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50312000 - Maintenance and repair of computer equipment
50320000 - Repair and maintenance services of personal computers
51000000 - Installation services (except software)
51600000 - Installation services of computers and office equipment
72000000 - IT services: consulting, software development, Internet and support
72100000 - Hardware consultancy services
72500000 - Computer-related services
72800000 - Computer audit and testing services
72900000 - Computer back-up and catalogue conversion services
80533000 - Computer-user familiarisation and training services
Notice Value(s)
- Tender Value
- £75,000,000 £10M-£100M
- Lots Value
- £75,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £67,560,225 £10M-£100M
Notice Dates
- Publication Date
- 21 Jun 20223 years ago
- Submission Deadline
- 28 Feb 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Jun 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF FINANCE
- Contact Name
- SSDAdmin.CPDfinance-ni.gov.uk
- Contact Email
- ssdadmin.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT4 3SB
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Stormont
- Westminster Constituency
- Belfast East
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-030fa7-2022-06-21T16:14:03+01:00",
"date": "2022-06-21T16:14:03+01:00",
"ocid": "ocds-h6vhtk-030fa7",
"description": "The Contracting Authority reserved the right: to hold additional rounds of negotiations with Economic Operators; to require the. submission of any further or additional information or tender submissions; to award the Contract following the submission of initial. tenders; to award the Contract following conclusion of the first round of negotiation sessions; and/or to down-select Economic Operators. following each round of negotiations. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Contracting. Authority (however, they may be subject to clarification, if required, at the Contracting Authority's absolute discretion). The Contracting... Authority reserves the right: to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any... stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the... procurement documents; to require an Economic Operator to clarify its SQ or tender response in writing and/or provide additional... information; to terminate the procurement process; and/or to amend the terms and conditions of the SQ or tender evaluation process... or negotiation process. 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. The figure indicated in II.1.5 represents an estimated contract value range. of. PS50m -PS75m this range reflects the potential scale of the contract and takes into account potential optional extension periods. The. pricing. strategy applied and the setting of cost/profit margins are a commercial decision for Economic. Operators when submitting a. bid for. this competition. In addition, neither CPD nor the Contracting Authority can provide any guarantee. as to the level of business. under this. contract. 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 Notice of Unsatisfactory Performance and the. contract may be terminated. The. issue of a. Notice 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 Notice. This contract will not be awarded in Lots as a single supplier is required.",
"initiationType": "tender",
"tender": {
"id": "ID 3682600",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ID 3682600 - DoF - Supply of end user devices, accessories and services.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
},
"mainProcurementCategory": "goods",
"description": "The Department of Finance, for itself and on behalf of other public sector organisations requiring the supply and delivery of End User Devices, Accessories and Services as defined within the Specification, in Northern Ireland including, but not limited to, government departments, agencies, non-departmental public bodies, local authorities and bodies that receive grant funding from Northern Ireland government departments or from bodies which Northern Ireland government departments are responsible for, is establishing a collaborative agreement.",
"value": {
"amount": 75000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Department of Finance, for itself and on behalf of other public sector organisations requiring the supply and delivery of End User Devices, Accessories and Services as defined within the Specification, in Northern Ireland including, but not limited to, government departments, agencies, non-departmental public bodies, local authorities and bodies that receive grant funding from Northern Ireland government departments or from bodies which Northern Ireland government departments are responsible for, is establishing a collaborative agreement. Additional information: The estimated value of this contract is in the range of PS50 million to PS75 million. This is a maximum.figure that reflects the potential scale of the contract and takes into account potential optional extension periods. Neither CPD nor the Contracting Authority can provide any guarantee. as to the level of business under this contract. The Contracting Authority reserves the right to award the Contract following submission of Initial Tender. Responses and the right to down-select Economic Operators following each round of negotiations. The participating bodies who may avail of this contract are as follows:Department of Finance DoF, Department of Agriculture, Environment Rural Affairs DAERA, Department for Infrastructure DfI, Department for the EconomyDfE, Department for Education DE, Department of Health DoH, Department of Justice DOJ, The Executive Office, Department for Communities DfC, North West Regional College NWRC, Southern Regional College SRC, South West College SWC, South EasternRegional College SERC, Belfast Metropolitan College - BMC, Northern Regional College NRC, Commissioner for Older People in Northern Ireland COPNI, Comhairle Na Gaelscolaiochta, Northern Ireland Screen, Tourism Northern Ireland, Agri-Food Biosciences Institute AFBI, Invest Northern Ireland INI,Stranmillis University College , Education Authority, Northern Ireland Community Relations Council, Public Prosecution Service for Northern Ireland, Council for the Curriculum Examinations and Assessment CCEA, Ulster Supported Employment Limited USEL, NI Assembly, Equality Commission for Northern Ireland, St Mary's University College, Northern Ireland Policing Board, Office of the Attorney General for Northern Ireland, Utility Regulator, The Northern Ireland Commissioner for Children and Young People, Construction Industry Training Board CITB Northern Ireland, Northern Ireland Prison Service NIPS, Youth Justice Agency of Northern Ireland, Police Ombudsman, Translink",
"awardCriteria": {
"criteria": [
{
"name": "Qualitative Criteria",
"type": "quality",
"description": "30"
},
{
"name": "Quantitative Criteria",
"type": "cost",
"description": "70"
}
]
},
"value": {
"amount": 75000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "This contract is for an initial period of 1 year with 4 optional extension periods of 1 year each. Eg 1 year [+1 year, +1 year, +1 year, +1 year]"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This contract is for an initial period of 1 year with 4 optional extension periods of 1 year each.Eg 1 year [+1 year, +1 year, +1 year, +1 year]"
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30213200",
"description": "Tablet computer"
},
{
"scheme": "CPV",
"id": "80533000",
"description": "Computer-user familiarisation and training services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72100000",
"description": "Hardware consultancy services"
},
{
"scheme": "CPV",
"id": "50320000",
"description": "Repair and maintenance services of personal computers"
},
{
"scheme": "CPV",
"id": "30232000",
"description": "Peripheral equipment"
},
{
"scheme": "CPV",
"id": "32351000",
"description": "Accessories for sound and video equipment"
},
{
"scheme": "CPV",
"id": "32422000",
"description": "Network components"
},
{
"scheme": "CPV",
"id": "30215000",
"description": "Microcomputer hardware"
},
{
"scheme": "CPV",
"id": "30231000",
"description": "Computer screens and consoles"
},
{
"scheme": "CPV",
"id": "30000000",
"description": "Office and computing machinery, equipment and supplies except furniture and software packages"
},
{
"scheme": "CPV",
"id": "32423000",
"description": "Network hubs"
},
{
"scheme": "CPV",
"id": "32250000",
"description": "Mobile telephones"
},
{
"scheme": "CPV",
"id": "30230000",
"description": "Computer-related equipment"
},
{
"scheme": "CPV",
"id": "50312000",
"description": "Maintenance and repair of computer equipment"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "30100000",
"description": "Office machinery, equipment and supplies except computers, printers and furniture"
},
{
"scheme": "CPV",
"id": "31300000",
"description": "Insulated wire and cable"
},
{
"scheme": "CPV",
"id": "30213100",
"description": "Portable computers"
},
{
"scheme": "CPV",
"id": "72800000",
"description": "Computer audit and testing services"
},
{
"scheme": "CPV",
"id": "50300000",
"description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
},
{
"scheme": "CPV",
"id": "31154000",
"description": "Uninterruptible power supplies"
},
{
"scheme": "CPV",
"id": "30233000",
"description": "Media storage and reader devices"
},
{
"scheme": "CPV",
"id": "32424000",
"description": "Network infrastructure"
},
{
"scheme": "CPV",
"id": "32270000",
"description": "Digital transmission apparatus"
},
{
"scheme": "CPV",
"id": "30213300",
"description": "Desktop computer"
},
{
"scheme": "CPV",
"id": "30237000",
"description": "Parts, accessories and supplies for computers"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "30234000",
"description": "Storage media"
},
{
"scheme": "CPV",
"id": "30236000",
"description": "Miscellaneous computer equipment"
},
{
"scheme": "CPV",
"id": "32425000",
"description": "Network operating system"
},
{
"scheme": "CPV",
"id": "30213000",
"description": "Personal computers"
},
{
"scheme": "CPV",
"id": "51600000",
"description": "Installation services of computers and office equipment"
},
{
"scheme": "CPV",
"id": "30237300",
"description": "Computer supplies"
},
{
"scheme": "CPV",
"id": "32420000",
"description": "Network equipment"
},
{
"scheme": "CPV",
"id": "32421000",
"description": "Network cabling"
},
{
"scheme": "CPV",
"id": "32427000",
"description": "Network system"
},
{
"scheme": "CPV",
"id": "32232000",
"description": "Video-conferencing equipment"
},
{
"scheme": "CPV",
"id": "72900000",
"description": "Computer back-up and catalogue conversion services"
},
{
"scheme": "CPV",
"id": "32260000",
"description": "Data-transmission equipment"
},
{
"scheme": "CPV",
"id": "30210000",
"description": "Data-processing machines (hardware)"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations. 2015 (as amended). A selection process will also be used to identify. economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Department's satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "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, which may include social and environmental clauses in order to promote equality of opportunity and sustainable development. Further details are set out at Section VI.3 below and furthermore in the Information Memorandum",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-02-28T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2022-06-28T23:59:59+01:00"
}
},
"hasRecurrence": false,
"reviewDetails": "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.."
},
"parties": [
{
"id": "GB-FTS-42082",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"streetAddress": "Craigantlet Buildings, Stormont Estate",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT4 3SB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "SSDAdmin.CPDfinance-ni.gov.uk",
"email": "SSDAdmin.CPD@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-38188",
"name": "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 PCR2015as amended",
"identifier": {
"legalName": "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 PCR2015as amended"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-23616",
"name": "BRITISH TELECOMMUNICATIONS PLC",
"identifier": {
"legalName": "BRITISH TELECOMMUNICATIONS PLC"
},
"address": {
"streetAddress": "Newgate Street",
"locality": "LONDON",
"region": "UK",
"postalCode": "EC1A 7AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7483107774",
"email": "hannah.luke@bt.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-42082",
"name": "Department of Finance"
},
"language": "en",
"awards": [
{
"id": "016965-2022-1-1",
"relatedLots": [
"1"
],
"title": "Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-23616",
"name": "BRITISH TELECOMMUNICATIONS PLC"
}
]
}
],
"contracts": [
{
"id": "016965-2022-1-1",
"awardID": "016965-2022-1-1",
"title": "Contract",
"status": "active",
"value": {
"amount": 67560225,
"currency": "GBP"
},
"dateSigned": "2022-06-21T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}