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

Tender for the design, supply and installation of audio visual systems.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University College London
Gower Street
Contact point(s): Procurement Services
For the attention of: Gabriel Otubambo
WC1E 6BT London
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.ucl.ac.uk/procurement

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

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

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Tender for the design, supply and installation of audio visual systems.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: London.

NUTS code UKI1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
This tender is for a framework agreement to design, supply and install of audio-visual equipment and systems at UCL. UCL intends to appoint 3 suppliers for this contract, and to initiate mini-tenders for packages of work that are available during this contract. The intention is that these packages of work will be between GBP 50 000- GBP 500,000 in value but they may be less or more. UCL may also wish to call off each element of the service individually or in a combination (including but not limited to: design only, supply only, supply and installation only). A catalogue of agreed pre-priced products will also need to be made available to departments (either on our procurement webpage or preferably on our electronic marketplace) so that they can order ad-hoc items without resorting to further quotes.
Contracts will last for 3 years and UCL reserves the right to extend the contract, subject to satisfactory price and performance for an additional period of 12 months.
II.1.6)Common procurement vocabulary (CPV)

32321200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The design, supply and install of audio-visual equipment and systems as set out in the invitation to tender.
II.2.2)Information about options
Options: yes
Description of these options: Contracts will last for three years and UCL reserves the right to extend the contract, subject to satisfactory price and performance for an additional period of twelve months.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A parent Company Guarantee and/or Performance Bond may be required by UCL, the details which will be set out in the Invitation to Tender (ITT) and accompanying documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the invitation to tender
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the invitation to tender
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The selected providers will be required to perform the services to the required standards set out in the ITT.
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 the requirements are met: As set out in the invitation to tender
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the invitation to tender
Minimum level(s) of standards possibly required: As set out in the invitation to tender
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the invitation to tender
Minimum level(s) of standards possibly required:
As set out in the invitation to tender
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
UCL-PS-406
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
27.1.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 27.1.2014

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 48 months.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The process seeks to select organisations offering the appropriate capability, capacity and
competency. UCL reserves the right not to conclude any contracts, to change without notice the procedure for awarding contracts, to reject all or any bids for the contract, and/or to stop the process without any liability on its part.
All communications shall be in English (or a full translation provided at no cost to UCL). Tenders and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation To Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. UCL does not bind itself to accept any tender and reserves the right to accept any part of the tender. No contract capable of acceptance will be created between UCL and any party until a contract is executed between UCL and the selected providers.

The tender process is being conducted electronically via In-Tend. Suppliers are required to register on this website: https://in-tendhost.co.uk/ucl

In order to receive documentation. After registering the tender documentation can then be
downloaded.
All tender responses and any supporting documentation must be submitted through this system.
There must be no postal correspondence from bidders unless agreed by UCL. Tenders shall not be sent and will not be accepted by fax or email. It is bidders responsibility to ensure that their documents are uploaded on time and to check on the document size capability. Bidders should be aware that typically there is a high demand on the system close to deadline times.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: www.hmcourts-service.gov.uk

Body responsible for mediation procedures

Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail:
Telephone: +44 2075366000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals:
In accordance with Regulation 32 and 32A of the Public Contracts Regulations 2006 and The Public Contracts (Amendment) Regulations 2009, the Contracting Authority will incorporate a minimum 10 calendar day standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with a de-brief in the Award Decision Notice at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderers have a right to appeal provided for within the Public Contracts Regulations 2006 (as amended). Any such proceedings must be brought in the High Court of England and Wales.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072761234
Internet address: www.cabinetoffice.gov.uk

VI.5)Date of dispatch of this notice:
18.12.2013