Section one: Contracting authority
one.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade
Leeds
LS1 5QX
Contact
Steven Hogg
Telephone
+44 1134871754
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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