Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Northern Regional College
400 Shore Road
NEWTOWNABBEY
BT37 9RS
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: 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
DfE NRC - 8 x 3 axis CNC Routers
Reference number: ID 3812351
II.1.2) Main CPV code
42632000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Northern Regional College (NRC) invites tenders for the Supply, Delivery, Installation and Commissioning of 8 (eight) 3-axis CNC Routers and Accessories to the Farm Lodge; Newtownabbey; Magherafelt; and Coleraine campuses of NRC (2 routers for each of the 4 NRC sites). For use by students from Level 2, Level 3 and Level 5 construction related courses. The contract must also cover associated operator training for up to 6 (six) persons.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
132 400.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
42630000
42600000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Northern Regional College (NRC) invites tenders for the Supply, Delivery, Installation and Commissioning of 8 (eight) 3-axis CNC Routers and Accessories to the Farm Lodge; Newtownabbey; Magherafelt; and Coleraine campuses of NRC (2 routers for each of the 4 NRC sites). For use by students from Level 2, Level 3 and Level 5 construction related courses. The contract must also cover associated operator training for up to 6 (six) persons.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
The Contract will commence on the date of award and will run for a duration of 1 year from the date commissioning is accepted, with a further optional period of 1 year to cover the additional warranty and maintenance 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
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-030714
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/02/2022
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
T.I. MACHINERY SALES LIMITED
9, Maryland Industrial Estate
NEWTOWNARDS
BT23 6BL
UK
Telephone: +44 2890448882
E-mail: sales@timachinerysales.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
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:
Total value of the contract/lot:
: 132 400.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12.. 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 Certificate of Unsatisfactory Performance and the. contract may be terminated. The issue of a Certificate 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 certificate.
VI.4) Procedures for review
VI.4.1) Review body
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) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was. communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.
VI.5) Date of dispatch of this notice
15/02/2022