Provision of AV & Meeting Room Equipment and Associated Services

The Department of the Environment, Climate and Communications are moving to new premises at the end of 2023 and are looking to procure and install a meeting room solution, including the movement of existing equipment from our current premises, as well as support of both existing and new equipment across …

CPV: 32500000 Telecommunicatiebenodigdheden
Plaats van uitvoering:
Provision of AV & Meeting Room Equipment and Associated Services
Toekennende instantie:
Department of Climate Energy and the Environment
Gunningsnummer:
DECC - AV

1. Buyer

1.1 Buyer

Official name : Department of Climate Energy and the Environment
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Provision of AV & Meeting Room Equipment and Associated Services
Description : The Department of the Environment, Climate and Communications are moving to new premises at the end of 2023 and are looking to procure and install a meeting room solution, including the movement of existing equipment from our current premises, as well as support of both existing and new equipment across all DECC buildings.
Procedure identifier : 648e0feb-f514-41a9-a829-b8d0e9611fa9
Internal identifier : DECC - AV
Type of procedure : Open

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32500000 Telecommunications equipment and supplies

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 550 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of AV & Meeting Room Equipment and Associated Services
Description : The Department of the Environment, Climate and Communications are moving to new premises at the end of 2023 and are looking to procure and install a meeting room solution in this new premises. In summary, the Services comprise: - Supply, installation and configuration of Video Conference Equipment that is approved for MS-Teams, but is also compatible with other video conferencing providers including, but not limited to, Zoom, Skype & Webex - Removal and transfer of existing equipment to new building - Supply, installation, and Configuration of MS-Teams Room Booking panels as required - Management software to provide remote provisioning, monitoring, reporting and management of all devices - Any required licensing/subscription costs, with the exception of MS-Teams Licensing. This will be supplied by the Contracting Authority - Delivery of training to staff - 1 day training course for operational staff, 2 day training course for support staff - Documented SLA agreement for Maintenance/Support - 5 year onsite support with 4 hour response time, including support of the Department's existing AV equipment.
Internal identifier : DECC - AV

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32500000 Telecommunications equipment and supplies

5.1.2 Place of performance

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

5.1.5 Value

Estimated value excluding VAT : 550 000 Euro

5.1.6 General information

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 : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Award Criteria Award Criteria Marks Available A Delivery Timescales 200 B Green Procurement The marks for this section shall be scored as follows: Section 1 - Minimum energy performance for monitors (100 Marks) - ‘A’ rating – 100 marks - ‘B’ rating – 75 marks - ‘C’ rating – 50 marks - ‘D’ rating – 25 marks Section 2 - Product longevity and warranty (100 Marks) 200 C Total Cost Total will be used for calculation of Award Criteria Cost (max 600 marks). The Participant with the lowest “Total Costs” (see table in appendix 2) will be awarded 100% of the marks available under Award Criterion Cost. The evaluation of Award Criterion C (Cost) will be undertaken in accordance with the price evaluation methodology set out below. Score for tender price Cost Score = Maximum marks available X Lowest Tendered Overall Cost Tender Overall Cost The “Tender Overall Cost” is the sum of The Participant’s maximum unconditional fixed Cost (excluding VAT) for the delivery of the Services and must include the Participant’s maximum envisaged expenses to be incurred by it in the delivery of the Goods and Services. Proposed costs “Tender Overall Cost” for the supply, delivery, and installation of equipment. Including Annual Support/Maintenance with annual Health Checks to all Department of the Environment, Climate & Communications offices (if required). All expenses must be included, excluding VAT. 600 Total 1000
Category of award threshold criterion : Weight (decimal, exact)
Award criterion number : 1

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 more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 550 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Image Supply Systems
Tender :
Tender identifier : Image Supply Systems
Identifier of lot or group of lots : LOT-0001
Value of the tender : 550 000 Euro
Subcontracting : No
Contract information :
Identifier of the contract : DECC - AV
Date on which the winner was chosen : 08/06/2023
Date of the conclusion of the contract : 08/06/2024

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Department of Climate Energy and the Environment
Registration number : 4002073W
Postal address : Tom Johnson House, Haddington Road
Town : Dublin
Postcode : D04K7X4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 678 2000
Internet address : http://www.decc.gov.ie
Buyer profile : http://www.decc.gov.ie
Roles of this organisation :
Buyer

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

8.1 ORG-0004

Official name : Image Supply Systems
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : IE4002073W
Town : Unit 12, Dundrum Business Park, Dublin 14
Postcode : D14FX68
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

Notice information

Notice identifier/version : d96057a5-3a87-4f17-92bf-ce00fe269a11 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 15/10/2025 13:28 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00681617-2025
OJ S issue number : 199/2025
Publication date : 16/10/2025