Tender

Supply of Audio Visual Services and Equipment

  • CENTRE FOR PROCESS INNOVATION LIMITED

F02: Contract notice

Notice identifier: 2021/S 000-021114

Procurement identifier (OCID): ocds-h6vhtk-02d9ea

Published 26 August 2021, 10:48am



Section one: Contracting authority

one.1) Name and addresses

CENTRE FOR PROCESS INNOVATION LIMITED

Wilton

REDCAR

TS104RF

Contact

CPI Procurement

Email

e-tendering@uk-cpi.com

Telephone

+44 1740625716

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.uk-cpi.com

one.3) Communication

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

https://ne1procurementservices.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ne1procurementservices.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Technology Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Audio Visual Services and Equipment

Reference number

1601

two.1.2) Main CPV code

  • 32321200 - Audio-visual equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

This tender is to cover the supply, installation, and maintenance of Audio Visual (AV) equipment to all the CPI sites located throughout the UK. Currently the sites are based in Redcar, Sedgefield, Newton Aycliffe, Darlington, and Glasgow (currently under construction).

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This tender is to cover the supply, installation, and maintenance of Audio Visual (AV) equipment to all the CPI sites located throughout the UK. Currently the sites are based in Redcar, Sedgefield, Newton Aycliffe, Darlington, and Glasgow (currently under construction).

two.2.5) Award criteria

Quality criterion - Name: Range and ability to provide equipment provided in the specification section / Weighting: 20

Quality criterion - Name: Quality of solutions for standard room configuration / Weighting: 20

Quality criterion - Name: Maintenance and Aftercare / Weighting: 20

Quality criterion - Name: Lead Times / Weighting: 10

Price - Weighting: 30

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

Duration in months

48

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: No


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: 3

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: 2021/S 157-417197

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

Date

24 September 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

24 September 2021

Local time

12:30pm


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.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerk's Office, PO Box 23,1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom