Section one: Contracting authority
one.1) Name and addresses
Brighton Dome & Festival Ltd
12a Pavilion Buildings, Castle Square
Brighton
BN1 1EE
Contact
Andy Furneaux
andy.furneaux@brightondome.org
Telephone
+44 1273261515
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
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