Contract notice
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting Change
entity
I.1) Name and addresses
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 2383988 DfE BMC — Provision of ID Cards
Reference number: ID 2383988
II.1.2) Main CPV code
22400000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Belfast Metropolitan College requires a contractor to provide access control cards and ancillary products. The contract will be for an initial period of 12 months with options to extend, on agreement with the appointed supplier(s), for a further 3 x 12 month periods. The College operates a Paxton Net2 Plus access control system with a DataCard SD160 card printer at its 4 main campuses. Accordingly, the contractor must provide card access products which are compatible with these systems.
II.1.5) Estimated total value
Value excluding VAT: 150 000.00 GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
22455000
22000000
22450000
22458000
30170000
30190000
30191140
30196200
30199000
22457000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Belfast Metropolitan College requires a contractor to provide access control cards and ancillary products. The contract will be for an initial period of 12 months with options to extend, on agreement with the appointed supplier(s), for a further 3 x 12 month periods. The College operates a Paxton Net2 Plus access control system with a DataCard SD160 card printer at its four main campuses. Accordingly, the contractor must provide card access products which are compatible with these systems.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 150 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
12 months commencing from the initial contract period expiry date (the ‘First Extension Period’). Thereafter, the parties may agree in writing to extend the contract for further periods of up to and including 24 months beyond the end of the first extension period.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
12 months commencing from the initial contract period expiry date (the ‘First Extension Period’). Thereafter, the parties may agree in writing to extend the contract for further periods of up to and including 24 months beyond the end of the first extension period.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The figure in II.2.6) is the estimated budget for the full period of contract including extensions. It is for tenderers to consider how best to price in order to gain competitive advantage.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/12/2019
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
03/03/2020
IV.2.7) Conditions for opening of tenders
Date:
04/12/2019
Local time: 15:30
Information about authorised persons and opening procedure:
Only CPD Procurement Staff with access to the project on eTendersNI.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Following the expiry of this contract if required.
VI.3) Additional information
Contract monitoring: the successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). 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 this contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also 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.
‘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.
VI.4) Procedures for review
VI.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 PCR 2015
UK
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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) Date of dispatch of this notice
31/10/2019