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

Tender for the supply, delivery, installation and testing of sound recording and radio studios.

CONTRACT NOTICE

Supplies

SECTION I: CONTRACTING AUTHORITY

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

APUC Limited on behalf of Forth Valley College
14 New Mart Road,
Contact: College Services and Capital Team
Attn: Angela Van Gelder
EH14 1RL Edinburgh
UNITED KINGDOM
Tel. +44 1314428930
E-mail:
Fax +44 1314428931

Internet address(es)

General address of the contracting authority http://www.apuc-scot.ac.uk/home.htm

Address of the buyer profile http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402

Further information can be obtained at: APUC Limited
14 New Mart Road
Attn: Angela Van Gelder
EH14 1RL Edinburgh
UNITED KINGDOM
Tel. +44 1314428930
E-mail:
Fax +44 1314428931
Internet: www.publiccontractsscotland.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: APUC Limited
14 New Mart Road
Contact: College Services and Capital Team
Attn: Angela Van Gelder
EH14 1RL Edinburgh
UNITED KINGDOM
Tel. +44 1314428930
Fax +44 1314428931
Internet: www.publiccontractsscotland.gov.uk

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

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Tender for the supply, delivery, installation and testing of sound recording and radio studios.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main place of delivery Forth Valley College, Stirling Campus.

NUTS code UKM27

II.1.3)The notice involves
A public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
APUC Ltd on behalf of Forth Valley College is seeking to procure the supply, delivery, installation and testing of four recording studios, two radio studios and a control room for it's new stirling campus. There shall be a requirement to have all equipment installed and tested by mid May 2012.
Forth Valley College teaches NC, HND sound production covering modules such as digital audio recording, digital audio workstations, multittrack recording and mixing, sound production practice, sound engineering and production, radio feature production, audio for multimedia and sound design as well as NC, HNC, BA media and communication and practical journalism.
These courses develop students for jobs with recording, multimedia, broadcasting and the audio visual industry. The requirements of this contract are fundamental in delivering these courses to the industry standard required. APUC Ltd is facilitating the procurement process on behalf of Forth Valley College.

Note: to register your interest in this notice and obtain any additional information please visit the public contracts Scotland web site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=203064.

The awarding authority has indicated that it will accept electronic responses to this notice via a "Tender submission postbox" facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=203064.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
II.1.6)Common procurement vocabulary (CPV)

32330000, 51313000, 32342410, 32351000, 51311000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
No
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
Forth Valley College is tendering for the supply, delivery, installation and testing of sound recording and radios studios for its stirling campus. There shall be four recording studios 2 radio studios and a radio control room. The installation requires to be completed by mid May 2012. The requirement shall cover a range of industry standard hardware and software such as the following (this is not an exhaustive list): mixing consoles, digital audio workstations, additional software, outboard equipment, audio monitor speakers, headphone distribution, microphone stands, furniture, system design verification, installation and testing of the equipment shall be required.
II.2.2)Options
No
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Starting 14.12.2011. Completion 14.5.2012

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
As stated in the tender document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
As stated in the tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
As stated in the tender document.
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the state in which they are established, regarding registration on the professional or trade register;
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process;
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the state where they are established, when the law of that state prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation;
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established;
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: As stated in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required Candidates must achieve the following minimum scores to be considered:
Economic and financial capacity 15 % of the maximum 25 % available.
To be considered suppliers must include a copy of accounts for the last 2 years, which APUC Ltd will use to assess whether the business is financially viable.
Where a business is established and is required to have its accounts audited, the last 2 years audited accounts must be provided.
Or.
If a business is exempt from the audit requirement, the last two years annual accounts must be provided and certified by an independent chartered accountant or accompanied by a positive bankers reference for the bidder;
If a business is part of a group, you will need to include similar accounts for the parent and ultimate holding companies.
Suppliers must be financially fluid and currently trading. They must not be recorded at companies house as having any negative action / event (dissolved, removed, in liquidation etc) that calls into question their financial / corporate standing, such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last 2 years of accounts (audited and accompanied by auditors confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank where they are below that statutory audit threshold.) Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.
Non-provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.
Minimum insurance - tenderers are required to have in place at the time of contract the following insurance:
Employers liability - 5 million GBP.
Evidence is required as part of the PQQ submission as to the holding of this insurance.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
As stated in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required
Candidates are required to achieve the following score to be considered in the process:
50 % out of a maximum of 75 % available
Tenderers are required to have a written health & safety policy in place.
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

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 number of operators 5
Objective criteria for choosing the limited number of candidates: Objective criteria shall be stated in the pre-qualification questionnaire.
An assessment shall be carried out on the candidates economic and financial capacity.
Candidates shall provide their annual turnover and their latest 2 years audited accounts.
Suppliers must be financially fluid and currently trading. They must not be recorded at companies house as having any negative action / event (dissolved, removed, in liquidation etc) that calls into question their financial / corporate standing, such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last 2 years of accounts (audited and accompanied by auditors confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank where they are below that statutory audit threshold.) Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.
If the candidate has answered "yes" to any of the questions relating to conviction of criminal offences, the candidate's application will be excluded from further consideration.
If the candidate has answered "yes" to any of the questions in part D business probity, the candidate's application may be excluded from further consideration.
The Candidate's technical and professional capability will be assessed as a whole in the Section relating to service, operation and quality. The responses within will be scored, ranked and used to identify Candidates with the skills, efficiency, experience and reliability to meet the requirement of Forth Valley College.
It is envisaged that a maximum of 5 candidates shall be invited to tender.
APUC Ltd on behalf of Forth Valley College is seeking to appoint a single supplier for the contract.
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)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
FV019
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time-limit for receipt of tenders or requests to participate
1.8.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
9.9.2011
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

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION

Any queries regarding this process or any points of clarification required must be uploaded to the public contracts Scotland advertising portal www.publiccontractsscotland.gov.uk by Thursday, 21.7.2011. Responses to these points shall be sent to all suppliers no later than Wednesday, 27.7.2011.

Responses to the PQQ must be uploaded to the public contracts Scotland advertising portal by 12 pm on Monday 1.8.2011.
(SC Ref:203064).
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: APUC Ltd on behalf of Forth Valley College will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2006 (SSI 2006/1) (as amended) may bring proceedings in the Sheriff Court or the Court of Session. VI.4.3) service from which information about the lodging of appeals may be obtained.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
29.6.2011