Teaching and Learning IT, a division of IT Services at Trinity College Dublin, are responsible for the installation and upgrade of pooled teaching rooms across the College.
On an annual basis, there is a need to upgrade and replace equipment in the theatres and seminar rooms. The call-off AV upgrade and replacement projects carried out under this framework (during the summer months and some Term months)
Schools and Departments of Trinity College will avail of this framework to purchase AV/IT Equipment.
โข Our existing Medium to Large Lecture Theatres have AMX or Extron control equipment and our Small Lecture Theatres and Seminar Rooms have Extron control and switching.
โข We use Extron Global Viewer Enterprise to monitor the operation of our equipment.
โข Any equipment proposed must be compatible with existing installations.
We wish to appoint a panel of suppliers (maximum 5 no.) to provide goods and installation services for audiovisual and related IT equipment
Deadline
The time limit for receipt of tenders was 2022-09-15.
The procurement was published on 2022-08-11.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โAV Framework - Tender for the supply and installation of Audio Visual and Related IT Equipment to Trinity College Dublin, the University of Dublin
TCD-22-C1097โ
Products/services: Audio-visual equipment๐ฆ
Short description:
โTeaching and Learning IT, a division of IT Services at Trinity College Dublin, are responsible for the installation and upgrade of pooled teaching rooms...โ
Short description
Teaching and Learning IT, a division of IT Services at Trinity College Dublin, are responsible for the installation and upgrade of pooled teaching rooms across the College.
On an annual basis, there is a need to upgrade and replace equipment in the theatres and seminar rooms. The call-off AV upgrade and replacement projects carried out under this framework (during the summer months and some Term months)
Schools and Departments of Trinity College will avail of this framework to purchase AV/IT Equipment.
โข Our existing Medium to Large Lecture Theatres have AMX or Extron control equipment and our Small Lecture Theatres and Seminar Rooms have Extron control and switching.
โข We use Extron Global Viewer Enterprise to monitor the operation of our equipment.
โข Any equipment proposed must be compatible with existing installations.
We wish to appoint a panel of suppliers (maximum 5 no.) to provide goods and installation services for audiovisual and related IT equipment
Show more
Estimated value excluding VAT: EUR 6 000 000 ๐ฐ
Teaching and Learning IT, a division of IT Services at Trinity College Dublin, are responsible for the installation and upgrade of pooled teaching rooms across the College.
On an annual basis, there is a need to upgrade and replace equipment in the theatres and seminar rooms. The call-off AV upgrade and replacement projects carried out under this framework
Furthermore, Schools and Departments of Trinity College will avail of this framework to purchase AV/IT Equipment.
โข Our existing Medium to Large Lecture Theatres have AMX or Extron control equipment and our Small Lecture Theatres and Seminar Rooms have Extron control and switching.
โข We use Extron Global Viewer Enterprise to monitor the operation of our equipment.
โข Any equipment proposed must be compatible with existing installations.
We wish to appoint a panel of suppliers (maximum 5 no.) to provide goods and installation services for audiovisual and related IT equipment
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 6 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 24
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals: two by 12 month extensions available
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Open procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 5
Administrative information
Time limit for receipt of tenders or requests to participate: 2022-09-15
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Conditions for opening of tenders: 2022-09-15
12:00 ๐
Conditions for opening of tenders (place): electronic through etenders portal
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 48 months
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Review body
Name: High Courts
Postal address: Inns Quay
Postal town: dublin
Postal code: D7
Country: Ireland ๐ฎ๐ช
URL: http://www.courts.ie๐
Source: OJS 2022/S 156-447155 (2022-08-11)
Contract award notice (2023-01-04) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 6 000 000 ๐ฐ
Award criteria
Quality criterion (name): Technical Merit of Proposed Team
Quality criterion (weighting): 350
Quality criterion (name): Technical Merit of Proposed Solution
Quality criterion (weighting): 200
Quality criterion (name): After Sales Support
Quality criterion (weighting): 100
Quality criterion (name): Sustainability Features and Proposal
Cost criterion (name): Ultimate Cost
Cost criterion (weighting): 350
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2022/S 156-447155
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โAV Framework - Tender for the supply and installation of Audio Visual and Related IT Equipment to Trinity College Dublin, the University of Dublinโ
Date of conclusion of the contract: 2022-11-01 ๐
Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
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: 5
Name and address of the contractor
Name: Creative Technology (Audio Visual) Ireland Ltd
National registration number: 6422337R
Postal address: E61 Heather Road
Postal town: Sandyford
Postal code: D18X373
Country: Ireland ๐ฎ๐ช
Phone: +353 12957811๐
E-mail: roland.degroot@ct-group.com๐ง
Region: รire/Ireland๐๏ธ
URL: http://https://www.ct-group.com/ie/ ๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 500 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Name and address of the contractor
Name: Fitting Image AV Sales Ltd.
National registration number: IE3714996PH
Postal address: 21 Bluebell Business Park
Postal town: Dublin 12
Postal code: Old Naas Rd
Phone: +353 4602112๐
E-mail: liam@fittingimage.ie๐ง
Fax: +353 4607881 ๐
URL: http://www.fittingimage.ie๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 500 000 ๐ฐ
3๏ธโฃ
Contract Number: 3
Name and address of the contractor
Name: Image Supply Systems
National registration number: 305756
Postal address: Liberty Lane, Camden Row, Dublin 8
Postal town: Dublin
Postal code: D8
Phone: +353 14782520๐
E-mail: caroline@imagesupplysystems.com๐ง
Fax: +353 14783953 ๐
URL: http://www.imagesupplysystems.com๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 500 000 ๐ฐ
4๏ธโฃ
Contract Number: 4
Name and address of the contractor
Name: Meritec Presentation Products Ltd.
National registration number: IE 6404677Q
Postal address: A2 Network Enterprsie Park
Postal town: Co Wicklow
Postal code: Kilcoole
Phone: +353 12812790๐
E-mail: fiona@meritec.ie๐ง
URL: http://www.meritec.ie๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 500 000 ๐ฐ
Source: OJS 2023/S 006-014261 (2023-01-04)