Section one: Contracting authority
one.1) Name and addresses
HAMPSHIRE COUNTY COUNCIL
The Castle
WINCHESTER
SO23 8ZB
county.supplies.buying@hants.gov.uk
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.in-tendhost.co.uk/hampshire
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.in-tendhost.co.uk/hampshire
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the Supply and Maintenance of Audio Visual Solutions
Reference number
CS25933
two.1.2) Main CPV code
- 32321200 - Audio-visual equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for a multi supplier Framework Agreement for the Supply and Maintenance of Audio Visual Solutions.
The Framework Agreement will commence on 02/06/2025 for a period of 4 years. This is a multi supplier Framework Agreement, divided into four Lots:
Lot 1 - Supply of Audio Visual Consumables - Stock Delivery
Lot 2 - Supply of Audio Solutions - Direct Delivery
Lot 3 - Supply of Interactive Solutions - Direct Delivery
Lot 4 - Maintenance of Audio Visual Solutions
Lot 1 of this Framework Agreement is for Goods to be delivered palletised to two distribution warehouses in Hampshire (County Supplies) and Hertfordshire (Herts Full Stop).
Lots 2 to 4 of the Framework Agreement are for delivery of Goods and/or Services directly to customers of Hampshire County Council (County Supplies), Hertfordshire County Council (Herts Full Stop) and other members of the Central Buying Consortium.
Interested parties should register their interest in the project via the In-Tend website, https://in-tendhost.co.uk/hampshire and then complete and submit the documents as detailed in Clause 5.3 of Section 2: Tender Procedure of the Invitation to Tender by 14:00 hours on 01/04/2025.
two.1.5) Estimated total value
Value excluding VAT: £2,250,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Supply of Audio Visual Consumables - Stock Delivery
Lot No
1
two.2.2) Additional CPV code(s)
- 32321200 - Audio-visual equipment
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
For the establishment of a multiple supplier Framework Agreement for the Supply of Audio Visual Consumables in bulk volumes to the warehouse distribution centres of Hampshire County Council and Hertfordshire County Council using the Open Procedure.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £85,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Supply of Audio Solutions - Direct Delivery
Lot No
2
two.2.2) Additional CPV code(s)
- 32321200 - Audio-visual equipment
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
For the establishment of a multiple supplier Framework Agreement for the Supply of Audio Solutions using the Open Procedure.
To Supply Audio Solutions, including but not limited to PA Systems, Theatre Mixers, Speakers, Soundfield Systems and Hearing Loops. The Lot also covers the Training, Installation and Maintenance of these Solutions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £364,375
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Supply of Audio Solutions for direct delivery to the end user as and when ordered.
The Framework Agreement can be utilised by Local Authorities, NHS Bodies, Registered Charities, members of the Central Buying Consortium (CBC), a Commercial Procurement Alliance (centralbuyingconsortium.co.uk), educational establishments, such as but not limited to: free schools and local authority-maintained schools, pre-schools, post-16 colleges, higher education institutions, independent schools, children's centres and any other types of schools.
Department for Education - GOV.UK (www.gov.uk)
www.schoolswebdirectory.co.uk/localauthorities.php
http://www.uk-universities.net/Colleges/England-Hampshire.html
http://www.uk-universities.net/Universities/England-Hampshire.html
two.2) Description
two.2.1) Title
Supply of Interactive Solutions - Direct Delivery
Lot No
3
two.2.2) Additional CPV code(s)
- 32321200 - Audio-visual equipment
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
For the establishment of a multiple supplier Framework Agreement for the Supply of Interactive Audio Visual Solutions using the Open Procedure.
To Supply Interactive Solutions, including but not limited to Interactive Learning Solutions (e.g. Whiteboards, Touchscreens and Early Years Tables), Digital Signage, Video Walls, Projectors, Video Conferencing Solutions, Visitor Management Systems, Room Booking Systems, Room Control Systems. The Lot also covers the Training, Installation and Maintenance of these Solutions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,093,125
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Supply of Interactive Audio Visual Solutions for direct delivery to the end user as and when ordered.
The Framework can be utilised by Local Authorities, NHS Bodies, Registered Charities, members of the Central Buying Consortium (CBC), a Commercial Procurement Alliance (centralbuyingconsortium.co.uk), educational establishments, such as but not limited to: free schools and local authority-maintained schools, pre-schools, post-16 colleges, higher education institutions, independent schools, children's centres and any other types of schools.
Department for Education - GOV.UK (www.gov.uk)
www.schoolswebdirectory.co.uk/localauthorities.php
http://www.uk-universities.net/Colleges/England-Hampshire.html
http://www.uk-universities.net/Universities/England-Hampshire.html
two.2) Description
two.2.1) Title
Maintenance of Audio Visual Solutions
Lot No
4
two.2.2) Additional CPV code(s)
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
For the establishment of a multiple supplier Framework Agreement for the Maintenance of Audio Visual Solutions using the Open Procedure.
To provide Maintenance Services of Audio Visual Solutions including but not limited to Auditing of Existing Equipment of all Brands, Service and Maintenance, Remote Support, On site Repair, Spare Parts, Loan Equipment, Regular Checks, Updates and Equipment Disposal.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £707,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
For the Maintenance and Repair of all Audio Visual Solutions.
The Framework can be utilised by Local Authorities, NHS Bodies, Registered Charities, members of the Central Buying Consortium (CBC), a Commercial Procurement Alliance (centralbuyingconsortium.co.uk), educational establishments, such as but not limited to: free schools and local authority-maintained schools, pre-schools, post-16 colleges, higher education institutions, independent schools, children's centres and any other types of schools.
Department for Education - GOV.UK (www.gov.uk)
www.schoolswebdirectory.co.uk/localauthorities.php
http://www.uk-universities.net/Colleges/England-Hampshire.html
http://www.uk-universities.net/Universities/England-Hampshire.html
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 April 2025
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
2 April 2025
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Courts of England and Wales
11th Floor, Thomas More Building, Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom