Tender

Audio, Lighting and AV Equipment Tender

  • Brighton Dome & Festival Ltd

F02: Contract notice

Notice identifier: 2021/S 000-021414

Procurement identifier (OCID): ocds-h6vhtk-02db15

Published 31 August 2021, 10:34am



Section one: Contracting authority

one.1) Name and addresses

Brighton Dome & Festival Ltd

12a Pavilion Buildings, Castle Square

Brighton

BN1 1EE

Contact

Andy Furneaux

Email

andy.furneaux@brightondome.org

Telephone

+44 1273261515

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.brightondome.org

one.3) Communication

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

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42715

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42715

one.4) Type of the contracting authority

Other type

Charity

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Audio, Lighting and AV Equipment Tender

two.1.2) Main CPV code

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

two.1.3) Type of contract

Supplies

two.1.4) Short description

Brighton Dome & Festival Ltd (BDBF) wishes to invite tender submissions for the supply of lighting, audio and AV equipment for use in the newly developed Corn Exchange and Studio Theatre spaces.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 - Lighting Equipment

Lot 2 - Audio Visual and Sound Equipment

Lot 3 - Assistive Listening Systems

BDBF reserve the right to award all lots to one supplier

two.2) Description

two.2.1) Title

Lighting equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31521300 - Portable electric lamps
  • 31527260 - Lighting systems

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove
Main site or place of performance

Brighton Dome; Corn Exchange and Studio venues.

two.2.4) Description of the procurement

Provision of lighting equipment, cabling and control for two event spaces.

Both the venues we are buying for are multi-functional and able to cope with multiple formats, so it is important that all equipment be able to withstand the rigours of being rigged and derigged and provide a wide range of functionality when in use.

We are looking for a range of fixtures types that would be capable of covering events across genres including theatre, contemporary dance, live music and conferencing.

Fixtures should have low environmental impact across the supply chain, have good aftersales product support and servicing options.

An ideal kit list would be:

CORN EXCHANGE

HighEnd HyBeam3000 x 7

HighEnd SolaFrame 1000 x 12

HighEnd SolaWash 1000 x 10

ETC ColorSource cyc units x 12 (6 top, 6 bottom)

Martin VDO atomic bold(blinder/strobe) X8

2x tour Force II hazer

Followpsots x 2

STUDIO

30x ETC Lustre series 3 profiles

18x ETC desires led fresnels

13x High End Lonestars

4x High End SolaWash 1000

8x colorsource cyc units

4x Martin VDO atomic bold (blinder/strobe)

1x tour Force II hazer

two.2.5) Award criteria

Quality criterion - Name: Self weight of units / Weighting: 5%

Quality criterion - Name: Quality and suitability, incl environmental impact. / Weighting: 30%

Quality criterion - Name: Warranty, support and servicing. / Weighting: 15%

Quality criterion - Name: Ease of installation / Weighting: 10%

Cost criterion - Name: Cost and value for money / Weighting: 40%

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

Duration in months

8

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Company to have traded in event equipment supply for 5 years or more.

Candidate to have proven access to professional events equipment manufacturers distribution networks.

Candidates should be able demonstrate previous involvement in similar procurement processes.

To be a member of a professional trade body for the industry such as PLASA, ESSA or PSA.

two.2.10) Information about variants

Variants will be accepted: Yes

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: No

two.2) Description

two.2.1) Title

Audio visual equipment (incl sound)

Lot No

2

two.2.2) Additional CPV code(s)

  • 32342410 - Sound equipment
  • 32350000 - Parts of sound and video equipment
  • 32321200 - Audio-visual equipment

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove
Main site or place of performance

Brighton Dome; Corn Exchange and Studio venues

two.2.4) Description of the procurement

Purchase of professional, live events and theatrical sound and video equipment.

Both the venues we are buying for are multi-functional and able to cope with multiple formats, so it is important that all equipment be able to withstand the rigours of being rigged and derigged and provide a wide range of functionality to different sized events when in use.

We are looking for equipment that would be capable of covering events across genres including theatre, contemporary dance, live music and conferencing.

Equipment should have low environmental impact across the supply chain, have good aftersales product support and servicing options.

For visuals we are primarily looking at projectors and projection screens.

For Audio we are a D&B house in our main venue (Brighton Dome, Concert Hall) and would look for equipment that is cross compatible with this. We are looking speakers etc. and control surfaces.

An ideal kit list would be:

VISUAL

1 x Panasonic MZ10KLB Laser Projector with flying kit/frame

1 x 16' Fastfold Screen (16:9 aspect ratio) with front and rear surfaces, legs, case and hanging brackets and steels.

1 x 12' Fastfold Screen (16:9 aspect ratio) with front surface only, legs, case and hanging brackets and steels.

Signal conversion hardware

2x mini-Mac set up with Qlab, keyboard, mouse and monitor.

AUDIO

CORN EXCHANGE

8 x V8 NL4

4 x V-GSUB NL4

4 x Y7P NL4

2 x D80 NL4

2 x V Flying Adaptor

4 x YP Mounting Bracket

(to include power and data distribution as required)

Digico SD12 plus SD- Rack

or Yamaha CL5 plus RIO 3224-D2 Stage IO

STUDIO

4 x E8 NL4

4 x E5 NL4

2 x E12X-SUB NL4

1 x D20

4 x E8 Flying Bracket

4 x Ball Joint Adapter

4 x M10 Fixing Plate

1 x 50m EtherCon Drum plus cross stage expansion link.

(to include other power and data distribution as required)

Allen & Heath SQ6 or Midas M32 to include stage racks and cabling.

Shure SM58 x 8

Shure SM57 x 4

AKG C414 XLS x 4

Neumann KMS 105 x 2

BSS AR 133 x 12

Neumann KM184 x 4

Shure ULXD 6 Way Radio Mic Kit x 2

Selection of K&M Mic Stands (12 Tall Booms and 12 Small Booms for example)

COMMS

CORN EXCHANGE

1x Clear-com HelixNet Digital Network system with 4x Headsets and packs

1x DX300ES wireless base station

STUDIO

1x Clear-com HelixNet Digital Network system with 4x Headsets and packs

1x DX300ES wireless base station

Shared between the 2 spaces;

6x Wireless beltpacks and lightweight headsets

two.2.5) Award criteria

Quality criterion - Name: Quality and suitability, incl environmental impact / Weighting: 30%

Quality criterion - Name: Self weight of units / Weighting: 5%

Quality criterion - Name: Warranty, support and service. / Weighting: 15%

Quality criterion - Name: Ease of Installation / Weighting: 10%

Cost criterion - Name: Cost and value for money / Weighting: 40%

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

Duration in months

8

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Company to have traded in event equipment supply for 5 years or more.

Candidate to have proven access to professional events equipment manufacturers distribution networks.

Candidates should be able demonstrate previous involvement in similar procurement processes.

To be a member of a professional trade body for the industry such as PLASA, ESSA or PSA.

two.2.10) Information about variants

Variants will be accepted: Yes

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: No

two.2) Description

two.2.1) Title

Assistive Listening Systems

Lot No

3

two.2.2) Additional CPV code(s)

  • 33196200 - Devices for the disabled

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove
Main site or place of performance

Brighton Dome; Corn Exchange and Studio venues.

two.2.4) Description of the procurement

Purchase of customer facing assistive listening technology.

We aim to cover multiple venues with one adaptable system.

Our venues are adaptable and host multiple events across many different art forms. The assistive technology should provide the best possible range of benefits to the customer.

An ideal system would be Sennheiser Mobile Connect.

two.2.5) Award criteria

Quality criterion - Name: Ease of customer use / Weighting: 20%

Quality criterion - Name: Ease of staff use / Weighting: 20%

Quality criterion - Name: Future adaptability or extension of system / Weighting: 20%

Cost criterion - Name: Cost / Weighting: 40%

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

Duration in months

8

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Company to have traded in event equipment supply for 5 years or more.

Candidate to have proven access to professional events equipment manufacturers distribution networks.

Candidates should be able demonstrate previous involvement in similar procurement processes.

To be a member of a professional trade body for the industry such as PLASA, ESSA or PSA.

two.2.10) Information about variants

Variants will be accepted: Yes

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: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Company to have traded in event equipment supply for 5 years or more.

To be a member of a professional trade body for the industry such as PLASA, ESSA or PSA.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please provide copies of 3 years audited accounts.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Candidate to have proven access to professional events equipment manufacturers distribution networks.

Candidates should be able demonstrate previous involvement in similar procurement processes.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Sustainability – BDBF is committed to reducing its impact on the environment. Priorities include reducing energy consumption, zero waste to landfill, low energy fittings and materials which minimise our environmental impact. Tenderers should include in their application environmental credentials for themselves and on behalf of manufacturers that they work with. Details of manufacturers disposal and recovery programmes will be sought during the equipment selection process.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

1 October 2021

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 October 2021

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


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

Electronic payment will be used

six.3) Additional information

Due to the age of our buildings (around 200 years old), even with the renovations some restrictions of weight remain so this should be taken into consideration upon tender.

Those invited to tender will be requested to supply details on warranties, delivery costs, initial set up, training and ongoing support.

It will be essential that suppliers demonstrate no conflicts of interest.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=223006.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:223006)

Download the ESPD document here: https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=223006

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit