By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Audio visual equipment supply and the installation and support of integrated AV systems, excluding column board systems.

CONTRACT NOTICE

Supplies

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

North Eastern Universities Purchasing Consortium
Suite G5, Leeds Innovation Centre, 103 Clarendon Road
Contact: https://in-tendhost.co.uk/neupc/
Attn: Mark Hayter
LS2 9DF Leeds
UNITED KINGDOM
E-mail:

Internet address(es)

General address of the contracting authority http://neupc.procureweb.ac.uk

Address of the buyer profile https://in-tendhost.co.uk/neupc/

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Body governed by public law
Education
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Audio visual equipment supply and the installation and support of integrated AV systems, excluding column board systems.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UK

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged 9
Duration of the framework agreement: Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT 20 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Audio visual equipment supply and the installation and support of integrated AV systems, excluding column board systems.
II.1.6)Common procurement vocabulary (CPV)

32321200, 30191200, 30195200, 30195300, 30195400, 30195500, 30195910, 30195920, 32320000, 32322000, 32323000, 32323100, 32323200, 32323300, 32323400, 32331300, 32331500, 32333100, 32333200, 32333300, 32333400, 32341000, 32342100, 32342200, 32342300, 32342400, 32342410, 32343000, 32351000, 50340000, 50342000, 50343000, 51313000, 51314000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
No
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
Framework Scope.
NEUPCs existing AV equipment agreement has been consistently supported, and is expected to have delivered expenditure of approximately 20 000 000 GBP over its 4 year duration by the time the agreement expires on 31.12.2011.
NEUPC is looking to establish a new framework agreement for audio visual equipment supply and the installation and support of integrated AV systems, delivering improved pricing and service arrangements against those currently in place.
The intended outcome will be a framework of Audio Visual Integrators, suppliers that provide equipment and install systems. The framework scope does not include the supply and installation of column board systems, and also does not include AV Hire, for which separate framework agreements will be subsequently implemented by NEUPC. There is no scope for providers to bid for segments of the scope, for example supply only or installation only.

The framework agreement will be available for use by the NEUPC members, and by the University of Lincoln. Membership of this community may be subject to change due to strategic realignment or the inclusion of new members. A complete listing of the current NEUPC member institutions can be viewed at: http://neupc.procureweb.ac.uk/members.php; the University of Lincoln web address is: http://www.lincoln.ac.uk/home/.

Agreement users will call off contracts with awarded suppliers using their own further competition processes, which include, but are not limited to, direct award, competitive quotations, e-auctions, mini tenders etc.
The framework is intended to be structured to service member requirements in three regional lots:
- lot a: agreement users North,
- lot b: agreement users Central,
- lot c: agreement users South.
Candidates may apply for any or all of the lots and bids will only be considered for the lot to which they have applied. Information relating to member expenditure and the regional allocation of members is provided within the PQQ workbook.
The pre qualification process.
A Pre-Qualification Questionnaire must be completed by all economic operators wishing to participate in this tender opportunity. The evaluation criteria, weightings, pass marks and/or thresholds are explained within the PQQ Workbook. Evaluation of the PQQ returns will be undertaken by the Tender Working Group; this group consists of the NEUPC contract manager and personnel from member institutions with relevant experience. A score for each returned PQQ will be determined. Candidates achieving the required pass mark and/or threshold score, will be considered for invitation to tender. Where the number of candidates achieving the stated pass mark or higher exceeds 6 for a lot, the top scoring 6 submissions will be invited to tender for that lot.
Award intention.
A tender evaluation process, will be undertaken and all tender submissions will be scored, and then set against each other according to the regional lot(s) for which the tenderer has bid (indicated at PQQ stage).
For each regional lot there will be at least three suppliers awarded, and not more than six. It is possible, depending upon the level of interest and quality of tender submissions that where a tenderer has tendered for more than one regional lot, an award to one regional lot does not automatically mean that it will also be awarded to another. The selection to each regional lot will be the at least the top 3 scoring tenderers per region.
Awarded suppliers will not be ranked, and will be awarded equal status on the framework.
II.2.2)Options
Yes
description of these options: The framework agreement will operate for 3 years duration, at which time NEUPC reserves the right to invoke an extension period of one year, subject to satisfactory framework performance.
provisional timetable for recourse to these options: in months: 36 (from the award of the contract)
Number of possible renewals 1
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 48 (from the award of the contract)

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE Lot A - agreement users - North
1)SHORT DESCRIPTION
University of Durham.
Newcastle University.
Northumbria University.
University of Sunderland.
University of Teesside.
2)COMMON PROCUREMENT VOCABULARY (CPV)

32321200

3)QUANTITY OR SCOPE
As in II.2.1.
Excluding VAT
Range between 5 000 000 and 7 000 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE Lot B - agreement users - Central
1)SHORT DESCRIPTION
University of Bradford.
The Higher Education Academy.
University of Huddersfield.
University of Hull.
University of Leeds.
Leeds Metropolitan University.
Leeds Trinity University College.
University of Sheffield.
Sheffield Hallam University.
University of York.
York St John University.
University of Lincoln.
2)COMMON PROCUREMENT VOCABULARY (CPV)

32321200

3)QUANTITY OR SCOPE
As in II.2.1.
Excluding VAT
Range between 8 000 000 and 10 000 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 3 TITLE Lot C - agreement users - South
1)SHORT DESCRIPTION
University of Birmingham.
University of Derby.
University of Leicester.
Loughborough College.
Loughborough University.
Nottingham Trent University.
The Open University.
2)COMMON PROCUREMENT VOCABULARY (CPV)

32321200

3)QUANTITY OR SCOPE
As in II.2.1.
Excluding VAT
Range between 6 000 000 and 8 000 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
Guarantees of performance and commercial stability.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint and several liability.
III.1.4)Other particular conditions to which the performance of the contract is subject
No
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: Included within tender documentation.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: Included within tender documentation.
Minimum level(s) of standards possibly required Included within tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
Included within tender documentation.
Minimum level(s) of standards possibly required
Included within tender documentation.
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
No
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
No

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6 maximum number 18
Objective criteria for choosing the limited number of candidates: Included within tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated No
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
A/AV/2012
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 12.8.2011
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
12.8.2011
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
12.9.2011
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Date: 24.10.2011
Persons authorised to be present at the opening of tenders No

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
Yes
estimated timing for further notices to be published: 36 months
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
5.7.2011