Opportunity

Audio Visual: System Design/Consultancy, Supplies, Installation and Maintenance

  • NEUPC Ltd
  • Southern Universities Purchasing Consortium
  • London Universities Purchasing Consortium Ltd
  • Higher Education Purchasing Consortium Wales

F02: Contract notice

Notice reference: 2024/S 000-009022

Published 20 March 2024, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Contact

Steven Hogg

Email

s.hogg@neupc.ac.uk

Telephone

+44 1134871754

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://neupc.ac.uk/

Buyer's address

https://neupc.delta-esourcing.com/

one.1) Name and addresses

Southern Universities Purchasing Consortium

Reading Enterprise Centre, The University of Reading, Earley Gate, Whiteknights Road

Reading

RG6 6BU

Email

supc@reading.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.supc.ac.uk/

Buyer's address

https://www.supc.ac.uk/our-members/

one.1) Name and addresses

London Universities Purchasing Consortium Ltd

Shropshire House, 179 Tottenham Court Road

London

W1T 7NZ

Email

enquiries@lupc.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.lupc.ac.uk

Buyer's address

https://www.lupc.ac.uk/members/our-members/

one.1) Name and addresses

Higher Education Purchasing Consortium Wales

8th Floor, 30-36 Newport Road

Cardiff

CF24 0DE

Email

hepcw@wales.ac.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.hepcw.ac.uk/

Buyer's address

https://www.hepcw.ac.uk/members/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Audio-visual-equipment./463YEU28E8

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://neupc.delta-esourcing.com/

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

Audio Visual: System Design/Consultancy, Supplies, Installation and Maintenance

Reference number

AVI2007 NE

two.1.2) Main CPV code

  • 32321200 - Audio-visual equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

NEUPC is seeking to establish a framework agreement for the provision of Audio Visual: System Design/Consultancy, Supplies, Installation and Maintenance for use by NEUPC, SUPC, LUPC, and HEPCW consortia members.

The requirement is broken down into 3 Lots:

Lot 1 - Design, Supply, Installation and Maintenance of Audio Visual Systems : Regional Coverage (up to 5 of the regional areas)

Lot 2 - Design, Supply, Installation and Maintenance of Audio Visual Systems : National Coverage (all regional areas)

Lot 3 - Consultancy

Bidders will only be able to apply for one Lot. The intention is to appoint a maximum of 15 Suppliers on Lot 1, and a maximum of 10 Suppliers on each of Lots 2 and 3. A minimum overall assessment score of 60% will be required to be appointed to the Framework.

See the ITT document for full details.

two.1.5) Estimated total value

Value excluding VAT: £450,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Design, Supply, Installation and Maintenance of Audio Visual Systems : Regional Coverage (up to 5 of the regional areas)

Lot No

1

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 32321300 - Audio-visual materials

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The Scope is for any one or combination of the Design, Supply, Installation and Maintenance of Audio Visual Systems.

Goods, including but not limited to:

a)Amplifiers

b)Assistive Listening

c)Audio Distribution, Processing, switching, and scaling

d)AV Cabinetry

e)AV Lecterns

f)AV Mounting bracketry

g)AV Software

h)Cables/Connectors/ consumables

i)Collaborative meeting and learning

j)Control Products

k)Digital Signage

l)Induction loop

m)Installation cabling

n)Interactive Presentation

o)Large size Video Display

p)Lecture Capture

q)Lighting Systems

r)Loudspeakers

s)Microphones

t)Mixers & Consoles

u)PA / VA Systems

v)*PC's desktop

w)*PC's laptop / notebook

x)*PC's surface

y)*PC's tablet

z)Projection screens - electronic

aa)Projection screens - manual

bb)Projector lamps

cc)Projectors/Projection Products

dd)Racks, Rack mounts & Brackets

ee)Recording and editing equipment

ff)Video Distribution, Processing, switching, and scaling

gg)Visualisers

hh)Wall/surface mount input plates (e.g. 1gang HDMI input)

*note: items v) to y) inclusive, when bought as a standalone product, should be sourced from the LUPC awarded NDNA framework

Services, including but not limited to:

a)Project Management

b)Account management

c)Systems Design

d)Systems Integration

e)Off-site rack build and system test

f)System programming

g)Carriage to site

h)Installation services

i)Snagging and hand over

j)Training

k)Warranty support

l)Planned preventative maintenance

m)Reactive maintenance

n)Benchmarking and continual improvement

For any between 1 and 5 of the 7 regional areas:

North East

Yorkshire and Humberside

Midlands

Wales

South West

South East

London

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: £80,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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

Option to extend for one period of upto 12 months, total Framework Duration 48 months maximum.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Call offs may involve the use of EU or Research grant funding including but not limited to ERDF or ESIF funding.

two.2.14) Additional information

The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation.

To respond to this opportunity please go to: https://neupc.delta-esourcing.com/respond/463YEU28E8

two.2) Description

two.2.1) Title

Design, Supply, Installation and Maintenance of Audio Visual Systems : National Coverage (all regional areas)

Lot No

2

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 32321300 - Audio-visual materials

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The Scope is for any one or combination of the Design, Supply, Installation and Maintenance of Audio Visual Systems.

Goods, including but not limited to:

a)Amplifiers

b)Assistive Listening

c)Audio Distribution, Processing, switching, and scaling

d)AV Cabinetry

e)AV Lecterns

f)AV Mounting bracketry

g)AV Software

h)Cables/Connectors/ consumables

i)Collaborative meeting and learning

j)Control Products

k)Digital Signage

l)Induction loop

m)Installation cabling

n)Interactive Presentation

o)Large size Video Display

p)Lecture Capture

q)Lighting Systems

r)Loudspeakers

s)Microphones

t)Mixers & Consoles

u)PA / VA Systems

v)*PC's desktop

w)*PC's laptop / notebook

x)*PC's surface

y)*PC's tablet

z)Projection screens - electronic

aa)Projection screens - manual

bb)Projector lamps

cc)Projectors/Projection Products

dd)Racks, Rack mounts & Brackets

ee)Recording and editing equipment

ff)Video Distribution, Processing, switching, and scaling

gg)Visualisers

hh)Wall/surface mount input plates (e.g. 1gang HDMI input)

*note: items v) to y) inclusive, when bought as a standalone product, should be sourced from the LUPC awarded NDNA framework

Services, including but not limited to:

a)Project Management

b)Account management

c)Systems Design

d)Systems Integration

e)Off-site rack build and system test

f)System programming

g)Carriage to site

h)Installation services

i)Snagging and hand over

j)Training

k)Warranty support

l)Planned preventative maintenance

m)Reactive maintenance

n)Benchmarking and continual improvement

For all of the 7 regional areas:

North East

Yorkshire and Humberside

Midlands

Wales

South West

South East

London

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: £350,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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

Option to extend for one period of up-to 12 months. Maximum Framework duration 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Call offs may involve the use of EU or Research grant funding including but not limited to ERDF or ESIF funding.

two.2.14) Additional information

The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation.

To respond to this opportunity please go to: https://neupc.delta-esourcing.com/respond/8S9GGZ5DS5

two.2) Description

two.2.1) Title

Consultancy

Lot No

3

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment
  • 72110000 - Hardware selection consultancy services
  • 72220000 - Systems and technical consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The Scope is for independent Consultancy Services for Audio Visual Systems, including but not limited to:

a)Systems scoping / design

b)Process, procedural, and practices design

c)Project management

d)Benchmarking and continual improvement

For all of the 7 regional areas:

North East

Yorkshire and Humberside

Midlands

Wales

South West

South East

London

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: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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

Option to extend the framework for one period of up-to 12 months. Maximum duration 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Call offs may involve the use of EU or Research grant funding including but not limited to ERDF or ESIF funding.

two.2.14) Additional information

The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation.

To respond to this opportunity please go to: https://neupc.delta-esourcing.com/respond/N75SHN9KG5


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Minimum annual turnover level required:

Lot 1

£1.5m for 1 region

£3m for 2 regions

£4.5m for 3 regions

£6m for 4 regions

£7.5m for 5 regions

Lot 2

£20m

Lot 3

£1m

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide confirmation of the the regions to cover , and satisfactory evidence of the resources to satisfy (regional offices/locations, number of admin and service/operational staff in each location, other resources tools and equipment etc, membership of appropriate trade bodies relevant to the services offered, and also describe how you will manage Member’s seasonally concentrated periods of demand.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See ITT and terms and conditions


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

3 May 2024

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 May 2024

Local time

12:30pm

Information about authorised persons and opening procedure

Bids will be opened after the ITT deadline passes, by suitably qualified NEUPC staff, bids opened from the Delta system.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this Framework may be suitable for economic operators that are small or medium enterprises (SMEs). However, evaluation and any selection of tenderers will be based solely on the criteria set out for the procurement in the ITT, particularly Section 1.5 and Section 4.

Please see the ITT document Section 1.6 for any possible variances to the number of suppliers to be appointed to this Framework

All agreements resulting from this ITT shall be available to and apply to:

(i)all current Participating Consortia and Members who are "contracting authorities" (as defined in The Public Contracts Regulations 2015).

(ii)all current Participating Consortia and Members who currently, and may in the future, fall outside of the legal definition of "bodies governed by public law" for the purposes of The Public Contracts Regulations 2015.

This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Audio-visual-equipment./463YEU28E8" target="_blank">https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Audio-visual-equipment./463YEU28E8

To respond to this opportunity, please click here:

https://neupc.delta-esourcing.com/respond/463YEU28E8" target="_blank">https://neupc.delta-esourcing.com/respond/463YEU28E8

GO Reference: GO-2024320-PRO-25548108

six.4) Procedures for review

six.4.1) Review body

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

INTERNATIONAL DISPUTE RESOLUTION CENTRE

70 FLEET STREET

London

EC4Y 1EU

Country

United Kingdom