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
Telephone
+44 1612348005
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
04045190
Internet address(es)
Main address
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.gov.uk/government/organisations
Local Authorities
https://www.gov.uk/find-local-council
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
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
Scottish Police
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
Northern Ireland Housing Associations
https://www.nidirect.gov.uk/contacts/housing-associations
Police Service of Northern Ireland
six.4) Procedures for review
six.4.1) Review body
NWUPC Ltd
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M5 4WT
Telephone
+44 1612348000
Country
United Kingdom