ID 5751682 - TEO - AV Services for NI Public Inquiries
A Tender Notice
by THE EXECUTIVE OFFICE
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 5 year
- Value
- £3M
- Sector
- TECHNOLOGY
- Published
- 20 Feb 2025
- Delivery
- To 23 Jul 2030 (est.)
- Deadline
- 25 Mar 2025 15:00
Concepts
Location
Northern Ireland:
1 buyer
- Executive Office Belfast
Description
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.
Total Quantity or Scope
• 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. … Additional information: 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.
Renewal Options
Following the initial contract period, there are 2 options to extend for up to 1 year each.
CPV Codes
- 51300000 - Installation services of communications equipment
- 51310000 - Installation services of radio, television, sound and video equipment
- 51313000 - Installation services of sound equipment
- 51314000 - Installation services of video equipment
- 32353000 - Sound recordings
- 32333000 - Video recording or reproducing apparatus
- 92370000 - Sound technician
- 32350000 - Parts of sound and video equipment
- 32320000 - Television and audio-visual equipment
- 32321200 - Audio-visual equipment
- 32321300 - Audio-visual materials
- 32343100 - Audio-frequency amplifiers
- 32351300 - Audio equipment accessories
- 32340000 - Microphones and loudspeakers
- 32342410 - Sound equipment
- 32342412 - Speakers
- 32351000 - Accessories for sound and video equipment
- 32210000 - Broadcasting equipment
- 32232000 - Video-conferencing equipment
- 32322000 - Multimedia equipment
- 32323000 - Video monitors
- 32323300 - Video equipment
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
Indicators
- This is a one-off contract (no recurrence)
- Options are available.
- Renewals are not available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.
Reference
- ocds-h6vhtk-04e585
- FTS 006411-2025