Section one: Contracting authority
one.1) Name and addresses
Jisc
4 Portwall Lane
Bristol
BS1 6NB
Contact
Procurement
Telephone
+44 2081482444
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
1149740
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/87175
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=57828&B=JISC
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=57828&B=JISC
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Events and exhibition services framework
Reference number
Proc1794
two.1.2) Main CPV code
- 79950000 - Exhibition, fair and congress organisation services
two.1.3) Type of contract
Services
two.1.4) Short description
The scope of the framework will cover a range of frequently required services such as the supply of exhibition stands, AV and streaming services, furniture hire, and creative set design and build services. The framework will cover multiple events that happen each year, significantly reducing resources associated with procurement processes.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
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
Shell scheme exhibitor stands
Lot No
1
two.2.2) Additional CPV code(s)
- 79956000 - Fair and exhibition organisation services
- 79950000 - Exhibition, fair and congress organisation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
“Shell scheme” – this is a common type of stand or booth used by event hosts to assign a designated space for exhibitors use. We are utilising the term “Shell scheme” as a term commonly used in the exhibition industry, to define our requirements for Lot 1. We consider this to be a traditional style of exhibitor display structure.
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: £110,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 July 2023
End date
3 July 2025
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: Yes
Description of options
The Framework will be for an initial period of 3 years with the option to extend for a further 2 years in total.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
We intend to award Lot 1 to multiple suppliers, for the duration of the framework. Where the bidder offers multiple variants that meet the core structure, the award will be made to the bidder and not any specific structure dimensions.
The intention is to award this lot (Lot 1) to a minimum of 3 suppliers (maximum of 5).
two.2) Description
two.2.1) Title
Complete exhibitor packages
Lot No
2
two.2.2) Additional CPV code(s)
- 79950000 - Exhibition, fair and congress organisation services
- 79956000 - Fair and exhibition organisation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For some of our events we require a complete ‘turnkey’ exhibitor offering. We have achieved this through solutions that offer the exhibitor a stand backdrop with an integrated screen and a standalone cabinet, all of which can be custom branded.
We are looking for a range of similar and alternative solutions to this, which can be a single facing stand or a back to back offering.
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: £144,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 July 2023
End date
3 July 2025
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: Yes
Description of options
The Framework will be for an initial period of 3 years with the option to extend for a further 2 years in total.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
We intend to award Lot 2 a minimum of 3 suppliers (maximum of 5) for the duration of the framework.
two.2) Description
two.2.1) Title
Bespoke stands and bespoke space builds
Lot No
3
two.2.2) Additional CPV code(s)
- 79950000 - Exhibition, fair and congress organisation services
- 79956000 - Fair and exhibition organisation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
All bidders are invited to offer services to create bespoke stands and bespoke space builds using a varied collection of off the shelf, core structural components that can be tailored to the event theme, and/or with branding to the feature or exhibitor.
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: £436,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 July 2023
End date
3 July 2025
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: Yes
Description of options
The Framework will be for an initial period of 3 years with the option to extend for a further 2 years in total.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
We intend to award Lot 3 a minimum of 3 suppliers (maximum of 5) for the duration of the framework. To facilitate creativity and flexibility, the successful bidder will be able to offer both off-the-shelf solutions that meet the broad requirements under Lot 3 and bespoke stands; Award will be made to the bidder and not any specific structure or range.
two.2) Description
two.2.1) Title
Audio visual (AV) equipment and associated services
Lot No
4
two.2.2) Additional CPV code(s)
- 79952000 - Event services
- 92370000 - Sound technician
- 79950000 - Exhibition, fair and congress organisation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
We are looking to establish a single contractor under the framework to provide a core suite of AV equipment and associated services required to deliver physical (in-person), online only and hybrid (mix online and in-person) events. This will include but is not limited to traditional AV screen hire, live streaming/ recording, content projection and sound, and portable device hire (for various purposes). It will also include lighting and flooring provisions where required. Requirements will be on an event-by-event basis, Whilst the format of our main events isn’t scheduled to change in the immediate future, we want to be able to have some flexibility in looking at alternative innovative 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: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 July 2023
End date
3 July 2025
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: Yes
Description of options
The Framework will be for an initial period of 3 years with the option to extend for a further 2 years in total.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Single contractor awarded for this Lot.
two.2) Description
two.2.1) Title
Furniture
Lot No
5
two.2.2) Additional CPV code(s)
- 79950000 - Exhibition, fair and congress organisation services
- 79956000 - Fair and exhibition organisation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
We are looking to establish a single contractor under the framework to provide furniture direct and maintain a collaborative relationship with other contractors awarded under this framework, as well as the Jisc events and production teams respectively. There may be a requirement to bundle services with the exhibitor sponsorship package via the exhibition builder or the Jisc events team.
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: £76,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 July 2023
End date
3 July 2025
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: Yes
Description of options
The Framework will be for an initial period of 3 years with the option to extend for a further 2 years in total.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Single contractor will be awarded to this lot.
two.2) Description
two.2.1) Title
Creative set design and build
Lot No
6
two.2.2) Additional CPV code(s)
- 79952000 - Event services
- 79950000 - Exhibition, fair and congress organisation services
- 79956000 - Fair and exhibition organisation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This is the most ‘creative’ lot within the framework, whereby the solution will be something built from a concept/ design provided by Jisc.
Typically, this lot will be used to furnish the requirements of our annual Digifest event, however there is the potential for wider use in the future as creative direction across Jisc may change. Video links, images and floor plans of our previous Digifest events is available in Appendix 1 below for bidders to become familiar with the event and the requirements of this lot.
We require a build contractor who can transpose Jisc designs into physical builds meeting the requirements of the brief or concept. The supplier may be required to input on the originating design (concept), and then build/ construct. This is completely bespoke design, although where possible, materials and components should be re-usable. Minimising negative environmental impact is a key objective of Jisc in delivering our events. Third parties (managed by the stand supplier (primary supplier) can be used to fulfil any part of the requirement. The primary supplier will remain responsible for all health and safety aspects of the build, live event, and take-down.
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: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 July 2023
End date
3 July 2025
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: Yes
Description of options
The Framework will be for an initial period of 3 years with the option to extend for a further 2 years in total.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The intention is to award this lot to a minimum of three, maximum of five suppliers.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Envisaged maximum number of participants to the framework agreement: 27
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
17 April 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 April 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Jisc
4 Portwall Lane
Bristol
BS1 6NB
Country
United Kingdom