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

Audio Visual Equipment and Installations Tender - (Framework Agreement for the Supply and Delivery of Audio Visual Equipment and the Supply, Delivery and Installation of Audio Visual Equipment and Associated Services).

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

NWUPC Ltd
Albert House, 17 Bloom Street
For the attention of: Jane Edwards
M1 3HZ Manchester
UNITED KINGDOM
Telephone: +44 1612348005
E-mail:

Internet address(es):

General address of the contracting authority: www.nwupc.ac.uk

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
Other: university purchasing consortia
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: yes

Members of NWUPC and CPC throughout the UK

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Audio Visual Equipment and Installations Tender - (Framework Agreement for the Supply and Delivery of Audio Visual Equipment and the Supply, Delivery and Installation of Audio Visual Equipment and Associated Services).
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UK

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

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 40 000 000 and 60 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC and CPC for the Supply and Delivery of Audio Visual Equipment and the Supply, Delivery and Installation of Audio Visual Equipment and Associated Services.
Members of the NWUPC and CPC can be found at the below links:

NWUPC http://www.nwupc.ac.uk/our-members

CPC http://www.thecpc.ac.uk/members/regions.php

The Framework Agreement will be split into 3 lots as follows:
Lot 1 - The Supply and Delivery of Audio Visual Equipment (Mainland UK, Islands and Northern Ireland)
Lot 2 - The Supply, Delivery and Installation of Audio Visual Equipment and Associated Services (Mainland UK and Islands)
Lot 3 - The Supply, Delivery and Installation of Audio Visual Equipment and Associated Services (Northern Ireland)
The estimated annual spend is between 10 000 000 GBP and 15 000 000 GBP.
At some point during the life of the Framework Agreement the current members of the following Consortia may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. Therefore, it should also apply, with the express written permission of NWUPC, to any member of any other Higher or Further Education regional purchasing consortium or any other Higher Education Institution in the United Kingdom as well as the Research Councils, providing that they formally commit to participate in and support this Agreement. NWUPC will only grant permission at the request of the consortium; or an Institution if it is not a member of a Consortium. This Agreement is not intended to replace any current Agreements that either participating or non-participating Consortia may already have in place. A list of the current members of those HE and FE regional purchasing consortia is as follows:

APUC http://www.apuc-scot.ac.uk/#!/members

HEPCW http://www.hepcw.ac.uk/about-us-2/

LUPC http://www.lupc.ac.uk/list-of-members.html

NEUPC http://www.neupc.ac.uk/our-members

SUPC http://www.supc.ac.uk/engage/our-members/our-members

II.1.6)Common procurement vocabulary (CPV)

32321200, 32321000, 32320000, 79415200, 51000000, 51310000, 32324000, 32232000, 45317000, 32343000, 32321300, 50340000, 32340000, 50000000, 45310000, 72200000, 64224000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Scope and Objective of the Framework Agreement.
The NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC and CPC for the Supply and Delivery of Audio Visual Equipment and the Supply, Delivery and Installation of Audio Visual Equipment and Associated Services.
This Framework Agreement will commence on 1.3.2016 for an initial period of 24 months until 28.2.2018 with the option to extend the Agreement for 12 months until 28.2.2019 and a further 12 months until 29.2.2020 subject to satisfactory Economic Operator performance.
The Framework Agreement will be split into 3 lots as follows:
- Lot 1 - The Supply and Delivery of Audio Visual Equipment (Mainland UK, Islands and Northern Ireland),
- Lot 2 - The Supply, Delivery and Installation of Audio Visual Equipment and Associated Services (Mainland UK and Islands),
- Lot 3 - The Supply, Delivery and Installation of Audio Visual Equipment and Associated Services (Northern Ireland).
You can apply for a single lot or for multiple lots. You only need to complete and return one ITT document no matter how many lots you are applying for. However you must indicate in section 4 Lot Application which of the lots You wish to apply for. You will also have to complete any Lot specific documents. Each bid will be assessed on its own merits and each lot will be evaluated and awarded separately. Successful award on a particular lot does not enable You to supply under any other Lot(s).
Lot 1 - The Supply and Delivery of Audio Visual Equipment (Mainland UK, Islands and Northern Ireland) includes, but is not limited to, the following scope; Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV Furniture, Audio Visual Fixtures, Fittings, and Cables, and hire of equipment. This list is not exhaustive.
Lot 2 - The Supply, Delivery and Installation of Audio Visual Equipment and Associated Services (Mainland UK & Islands) includes, but is not limited to, the following scope; Supply, delivery and installation of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV Furniture, Audio Visual Fixtures and Fittings, and Cables. Servicing and Maintenance of Audio Visual Equipment and Systems including both proactive and reactive services and fixed contract maintenance agreements, Programming, and Consultancy and Design Services. This list is not exhaustive.
Lot 3 - The Supply, Delivery and Installation of Audio Visual Equipment and Associated Services (Northern Ireland) includes, but is not limited to, the following scope; Supply, delivery and installation of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV Furniture, Audio Visual Fixtures and Fittings, and Cables. Servicing and Maintenance of Audio Visual Equipment and Systems including both proactive and reactive services and fixed contract maintenance agreements, Programming, and Consultancy and Design Services. This list is not exhaustive.
The following consortia have committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:

NWUPC http://www.nwupc.ac.uk/our-members

CPC http://www.thecpc.ac.uk/members/regions.php

For Lot 3 - Spend includes a potential installation project of between 3 000 000 GBP and 4 000 000 GBP at the University of Ulster. This spend has been prorated in table 1 and accounts for 1,00,000 GBP of the spend. The University is currently building a new 250 000 000 GBP campus in Belfast with a completion date of September 2018. As part of this project the University are looking to procure a contract for the supply and installation of End Point Technology which may include but is not limited to: Flat Display Screens, Projectors, Lecterns, Wall Mounted Switches, Speakers, Audio Visual Switching Equipment.
Estimated value excluding VAT:
Range: between 40 000 000 and 60 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.3.2016. Completion 29.2.2020

Information about lots

Lot No: 1 Lot title: Lot 1 - The Supply and Delivery of Audio Visual Equipment (Mainland UK, Islands and Northern Ireland)
1)Short description
The Supply and Delivery of Audio Visual Equipment (Mainland UK, Islands and Northern Ireland) includes, but is not limited to, the following scope; Supply and delivery of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV Furniture, Audio Visual Fixtures, Fittings, and Cables, and hire of equipment. This list is not exhaustive.
2)Common procurement vocabulary (CPV)

32321200, 32320000

3)Quantity or scope
For members of NWUPC and CPC throughout the UK.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2 - The Supply, Delivery and Installation of Audio Visual Equipment and Associated Services (Mainland UK & Islands)
1)Short description
Lot 2 - The Supply, Delivery and Installation of Audio Visual Equipment and Associated Services (Mainland UK & Islands) includes, but is not limited to, the following scope; Supply, delivery and installation of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV Furniture, Audio Visual Fixtures and Fittings, and Cables. Servicing and Maintenance of Audio Visual Equipment and Systems including both proactive and reactive services and fixed contract maintenance agreements, Programming, and Consultancy and Design Services. This list is not exhaustive.
2)Common procurement vocabulary (CPV)

32321200, 45317000, 32320000, 45310000

3)Quantity or scope
For members of NWUPC and CPC throughout the UK.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Lot 3 - The Supply, Delivery and Installation of Audio Visual Equipment and Associated Services (Northern Ireland)
1)Short description
Lot 3 - The Supply, Delivery and Installation of Audio Visual Equipment and Associated Services (Northern Ireland) includes, but is not limited to, the following scope; Supply, delivery and installation of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV Furniture, Audio Visual Fixtures and Fittings, and Cables. Servicing and Maintenance of Audio Visual Equipment and Systems including both proactive and reactive services and fixed contract maintenance agreements, Programming, and Consultancy and Design Services. This list is not exhaustive.
2)Common procurement vocabulary (CPV)

32321200, 45317000, 32320000, 45310000

3)Quantity or scope
For members of NWUPC and CPC throughout the UK.
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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See documents.
III.1.4)Other particular conditions
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: See documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See documents.
Minimum level(s) of standards possibly required: See documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See documents.
Minimum level(s) of standards possibly required:
See documents.
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:
AVI3099 NW
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 22.1.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.1.2016 - 13:00
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

Place:

NWUPC Offices.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Two members of the NWUPC contracting team.

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): This framework may be used by NWUPC and CPC members using funding including but not limited to the ERDF (European Regional Development Fund).
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: NWUPC will hold a minimum standstill period of 10 day prior to award. Tenderers will be notified of this.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
9.12.2015