Tender

Audio Visual Equipment & Installation Services

  • North Western Universities Purchasing Consortium

F02: Contract notice

Notice identifier: 2024/S 000-014560

Procurement identifier (OCID): ocds-h6vhtk-0422f2

Published 7 May 2024, 4:19pm



The closing date and time has been changed to:

19 June 2024, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

North Western Universities Purchasing Consortium

Room 404, 4th Floor, Crescent House, University of Salford

Salford

M5 4WT

Contact

Mary Onabanjo

Email

mary.onabanjo@nwupc.ac.uk

Telephone

+44 1612348005

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

04045190

Internet address(es)

Main address

https://nwupc.ac.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080

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=81139&B=NWUPC

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=81139&B=NWUPC

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Sub-central contracting authority

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Audio Visual Equipment & Installation Services

Reference number

AVI3146NW

two.1.2) Main CPV code

  • 32321200 - Audio-visual equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC & CPC for Audio Visual Equipment & Installation Services.

This Framework Agreement will commence on 1st September 2024 for an initial period of twenty-four (24) months until 31st August 2026 with the option to extend the Agreement for twelve (12) months until 31st August 2027 and a further twelve (12) months until 31st August 2028 subject to satisfactory Economic Operator performance.

The Framework Agreement will be split into three lots as follows:

Lot 1 – Supply & Delivery of Audio Visual Equipment

Lot 2 – Supply, Delivery & Installation of Audio Visual Equipment

Lot 3 – Supply, Delivery & Installation of Audio Visual Equipment – Northern Ireland

The following organisations committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:

NWUPC https://www.nwupc.ac.uk/our-members

CPC https://www.thecpc.ac.uk/members/

two.1.5) Estimated total value

Value excluding VAT: £64,700,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1 – Supply & Delivery of Audio Visual Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 32320000 - Television and audio-visual equipment
  • 32321300 - Audio-visual materials
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment

two.2.3) Place of performance

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

North West England and Northern Ireland

two.2.4) Description of the procurement

Supply of in scope equipment as per the ITT which includes, but is not limited to, the following scope; Supply and delivery of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV over IP Devices, Bring Your Devices / Collaboration Systems, AV Furniture, Audio Visual Fixtures, Fittings, Interactive touch screens, Team Rooms Equipment, Interactive Touch tables. This list is not exhaustive.

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 30

Price - Weighting: 70

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st September 2024 for an initial period of twenty four (24) months until 31st August 2026 with the option to extend the Agreement for two periods of twelve (12) months until 31st August 2028 subject to satisfactory Economic Operator performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)

two.2.14) Additional information

Please see the ITT document prior to completion.

two.2) Description

two.2.1) Title

Lot 2 – Supply, Delivery and Installation of Audio Visual Equipment and Associated Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 32320000 - Television and audio-visual equipment
  • 32321300 - Audio-visual materials
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment

two.2.3) Place of performance

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

North West England and Northern Ireland

two.2.4) Description of the procurement

The Supply, Delivery and Installation of Audiovisual Equipment and Associated Services includes, but is not limited to, the following scope; Supply, delivery and installation of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV over IP Devices, Bring Your Devices / Collaboration Systems, AV Furniture, Audio Visual Fixtures and Fittings, immersive spaces, and Cables. Servicing and Maintenance of Audio Visual Equipment and Systems including both proactive and reactive services and fixed contract maintenance agreements, Microsoft Teams Room Solutions, Conferencing Platforms - Webex, Pexip, Large LED displays including specialist solutions such as Virtual Production Studios, Programming, Training, De-Installation and Consultancy and Design Services. Leasing of Audiovisual Equipment. This list is not exhaustive.

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 30

Quality criterion - Name: Quality / Weighting: 35

Price - Weighting: 35

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st September 2024 for an initial period of twenty four (24) months until 31st August 2026 with the option to extend the Agreement for two periods of twelve (12) months until 31st August 2028 subject to satisfactory Economic Operator performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)

two.2.14) Additional information

Please see the ITT document prior to completion.

two.2) Description

two.2.1) Title

Lot 3 – Supply, Delivery and Installation of Audio Visual Equipment– NI

Lot No

3

two.2.2) Additional CPV code(s)

  • 32320000 - Television and audio-visual equipment
  • 32321300 - Audio-visual materials
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Supply, Delivery and Installation of Audiovisual Equipment and Associated Services – Northern Ireland includes, but is not limited to, the following scope; Supply, delivery and installation of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV over IP Devices, Bring Your Devices / Collaboration Systems, AV Furniture, Audio Visual Fixtures and Fittings, immersive spaces, and Cables. Servicing and Maintenance of Audio Visual Equipment and Systems including both proactive and reactive services and fixed contract maintenance agreements, Microsoft Teams Room Solutions, Conferencing Platforms - Webex, Pexip, Large LED displays including specialist solutions such as Virtual Production Studios, Programming, Training, De-Installation and Consultancy and Design Services. Leasing of Audiovisual Equipment. This list is not exhaustive.

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 35

Quality criterion - Name: Quality / Weighting: 45

Price - Weighting: 20

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 1st September 2024 for an initial period of twenty four (24) months until 31st August 2026 with the option to extend the Agreement for two periods of twelve (12) months until 31st August 2028 subject to satisfactory Economic Operator performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 off by Members from the resulting framework may be conducted by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)

two.2.14) Additional information

Please see the ITT document prior to completion.


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: 21

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-014076

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

10 June 2024

Local time

2:00pm

Changed to:

Date

19 June 2024

Local time

2:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

10 June 2024

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:

Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

https://www.gov.uk/government/organisations

Local Authorities

https://www.gov.uk/find-local-council

https://www.local.gov.uk

NDPBs

https://www.gov.uk/government/organisations

National Parks Authorities

http://www.nationalparks.gov.uk

Police Forces in the United Kingdom

http://www.police.uk/?view=force_sites

https://www.police-information.co.uk/index.html

Fire and Rescue Services in the United Kingdom

http://www.fire.org.uk/fire-brigades.html

NHS Bodies England

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Hospices in the UK

https://www.hospiceuk.org/about-hospice-care/find-a-hospice

Registered Social Landlords (Housing Associations)

Third Sector and Charities in the United Kingdom

http://www.charity-commission.gov.uk

http://www.oscr.org.uk

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

Scottish Police

http://www.scotland.police.uk

NI Public Bodies

Northern Ireland Government Departments

https://www.northernireland.gov.uk/topics/your-executive/government-departments

https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland

Northern Ireland Public Sector Bodies and Local Authorities

https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

Schools and Universities in Northern Ireland

https://www.education-ni.gov.uk/

Health and Social care in Northern Ireland

http://online.hscni.net

Northern Ireland Housing Associations

https://www.nidirect.gov.uk/contacts/housing-associations

Police Service of Northern Ireland

https://www.psni.police.uk

six.4) Procedures for review

six.4.1) Review body

NWUPC Ltd

Room 404, 4th Floor, Crescent House, University of Salford

Salford

M5 4WT

Email

procurement@nwupc.ac.uk

Telephone

+44 1612348000

Country

United Kingdom

Internet address

https://nwupc.ac.uk/