RFT for AV and Meeting Room Equipment and Associated Services

In summary, the services comprise of delivery of an AV system. This includes supply, installation, configuration, and commissioning of all AV components, as well as the integration of Contracting Authority–supplied equipment. The AV Contractor shall act as the first point of support for the complete AV solution, working with the …

CPV: 32321200 Audiovizualna oprema, 50300000 Usluge popravaka, održavanja i srodne usluge za osobna računala, uredsku opremu, telekomunikacije i audiovizualnu opremu, 32320000 Televizijska i audiovizualna oprema, 32000000 Radijska, televizijska, komunikacijska i srodna oprema, 72222300 Usluge informacijske tehnologije
rok:
31. listopada 2025. 12:00
vrsta roka:
nadmetanje
mjesto izvršenja:
RFT for AV and Meeting Room Equipment and Associated Services
registar:
Department of Justice Home Affairs and Migration
nagradni broj:
0

1. Buyer

1.1 Buyer

Official name : Department of Justice Home Affairs and Migration
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : RFT for AV and Meeting Room Equipment and Associated Services
Description : In summary, the services comprise of delivery of an AV system. This includes supply, installation, configuration, and commissioning of all AV components, as well as the integration of Contracting Authority–supplied equipment. The AV Contractor shall act as the first point of support for the complete AV solution, working with the Client’s ICT section as required to ensure seamless interoperability and long-term maintainability.
Procedure identifier : 0644ee7c-cd29-4701-bf88-86af875283c6
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 72222300 Information technology services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 134 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : RFT for AV and Meeting Room Equipment and Associated Services
Description : In summary, the services comprise of delivery of an AV system. This includes supply, installation, configuration, and commissioning of all AV components, as well as the integration of Contracting Authority–supplied equipment. The AV Contractor shall act as the first point of support for the complete AV solution, working with the Client’s ICT section as required to ensure seamless interoperability and long-term maintainability.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 72222300 Information technology services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 134 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : National GPP award criteria used
Approach to reducing environmental impacts : The transition to a circular economy
Green Procurement Criteria : National Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 21/10/2025 12:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 31/10/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 31/10/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Department of Justice Home Affairs and Migration
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Department of Justice Home Affairs and Migration
Organisation processing tenders : Department of Justice Home Affairs and Migration

8. Organisations

8.1 ORG-0001

Official name : Department of Justice Home Affairs and Migration
Registration number : Department of Justice
Postal address : 51 St Stephen's Green
Town : Dublin
Postcode : D02 HK52
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 016028202
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 35d20478-7118-488c-adad-238b31a1ee62 - 02
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/10/2025 13:34 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00643974-2025
OJ S issue number : 189/2025
Publication date : 02/10/2025