Back to tenders & grants page
Ireland-Dublin: Video-conferencing equipment Machinery & Equipment Ireland-Dublin: Video-conferencing equipment
Receive Tenders like this by email

Ireland-Dublin: Video-conferencing equipment

Ireland-Dublin: Video-conferencing equipment has been closed on 12 Jan 2021. It no longer accepts any bids. For further information, you can contact the City of Dublin Education and Training Board (N/A)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

City of Dublin Education and Training Board (N/A)

Industry:

Machinery & Equipment

Status:

Closed

Timeline

Published:

17 Dec 2021

Deadline:

12 Jan 2021

Value:

650000

Contacts

Name:

John Mc Donald

Phone:

+353 016680614

+353 862526282

353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)

Description

Contract award notice

Results of the procurement procedure

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: City of Dublin Education and Training Board
National registration number: N/A
Postal address: Town Hall, 1-3 Merrion Road
Town: Dublin 4
NUTS code: IE061 Dublin
Postal code: Ballsbridge
Country: Ireland
Contact person: John Mc Donald
E-mail: [email protected]
Telephone: +353 016680614
Internet address(es):
Main address: www.cdetb.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/370
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Single Party Framework for the Provision of Audio Visual Equipment

Reference number: RFT196522
II.1.2)Main CPV code
32232000 Video-conferencing equipment
II.1.3)Type of contract
Supplies
II.1.4)Short description:

CDETB seeks to establish a Single Party Framework for the Supply, Installation and Maintenance of Audio Visual Equipment and Related Items to: a) facilitate a blended learning environment in certain of our colleges and centres, and b) to provide for the current and future AV of all CDETB facilities. The restricted procedure (accelerated) is being used for this procurement competition.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 650 000.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)
32323100 Colour video monitors
32323300 Video equipment
32350000 Parts of sound and video equipment
32351000 Accessories for sound and video equipment
32351300 Audio equipment accessories
50342000 Repair and maintenance services of audio equipment
50343000 Repair and maintenance services of video equipment
51310000 Installation services of radio, television, sound and video equipment
51314000 Installation services of video equipment
II.2.3)Place of performance
NUTS code: IE061 Dublin
Main site or place of performance:

Ballsbridge Dublin 4

II.2.4)Description of the procurement:

CDETB has established a Single Party Framework for the Supply, Installation and Maintenance of Audio Visual Equipment and Related Items to: a) facilitate a blended learning environment in certain of our colleges and centres, and b) to provide for the current and future AV of all CDETB facilities. The restricted procedure (accelerated) is being used for this procurement competition.

II.2.5)Award criteria
Quality criterion - Name: Suitability of Equipment to suit Contracting Authority needs / Weighting: 20%
Quality criterion - Name: Contract Implementation and Plan for Delivery / Weighting: 20%
Quality criterion - Name: Contract Mgt. including Support / Weighting: 20%
Quality criterion - Name: Reliability and Continuity of Supply / Weighting: 10%
Price - Weighting: 30%
II.2.11)Information about options
Options: no
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 Contracting Authority engaged in a competitive process for the establishment of a framework agreement for the provision of Audio Visual Equipment..

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
Accelerated procedure
Justification:

The Contracting Authority has a requirement to introduce blended learning environments in some of its colleges and centres as soon as possible due to the COVID19 situation. The normal restricted procedure cannot be used in this instance as the equipment that will be supplied as part of this procurement process must be in place by late October 2021.

IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 164-430618
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: 1
Title:

Single Party Framework for the Provision of Audio Visual Equipment

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/12/2021
V.2.2)Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Bytek Office Systems Ltd.
National registration number: 4873460R
Postal address: 2 - 3 Prospect Road
Town: Dublin
NUTS code: IE061 Dublin
Country: Ireland
E-mail: [email protected]
Telephone: +353 862526282
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 650 000.00 EUR
Total value of the contract/lot: 650 000.00 EUR
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;

2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.

3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email [email protected] or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)

4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:196522) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response

5) This is the sole call for competition for this contract/framework.

6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

7) Contract award will be subject to the approval of the competent authorities.

8) It will be a condition of award that the successful tenderer is and remains tax compliant.

9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.

10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.

11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.

12) At Section II.2.9 we have indicated that 5 will be invited to tender, please note that the contracting authority reserves the right to invite at least 5 subject to that number qualifying.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Postal address: Inns Quay
Town: Dublin
Postal code: 7
Country: Ireland
E-mail: [email protected]
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

The framework is covered by the Remedies Directive and the relevant standstill period applied at time of notification.

VI.5)Date of dispatch of this notice:
14/12/2021

http://ted.europa.eu/udl?uri=TED:NOTICE:645183-2021:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more