Opportunity

Supply, Delivery and Installation of Audio Visual Equipment

  • Scotland Excel

F02: Contract notice

Notice reference: 2022/S 000-034138

Published 2 December 2022, 9:31am



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

education.corporate@Scotland-excel.org.uk

Telephone

+44 1414888230

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply, Delivery and Installation of Audio Visual Equipment

Reference number

0822

two.1.2) Main CPV code

  • 32321200 - Audio-visual equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Contract Notice is in relation to the renewal framework for the Supply, Delivery and Installation of Audio Visual Equipment, on behalf of the 32 local authorities in Scotland. The tender is likely to include, but not limited to interactive

boards, projectors, television screens, audio equipment. The framework will mainly service the Education departments but may service other departments within the local authorities.

The framework may also be available to Scotland Excel associate members and other public sector organisations, further information will be available within the contract notice and tender document which will be available in due course.

two.1.5) Estimated total value

Value excluding VAT: £36,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

two.2) Description

two.2.1) Title

Additional Support Needs

Lot No

2

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment
  • 32320000 - Television and audio-visual equipment
  • 51310000 - Installation services of radio, television, sound and video equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot is for the supply, delivery and installation of Audio Visual Equipment for additional support need environments. This will include, but is not limited to audio visual equipment and sensory equipment and installation as required

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,800,000

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

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Service, Repair and Maintenance

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot is for the service, repair and maintenance of Audio Visual Equipment

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,800,000

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

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Audio Visual Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 38652100 - Projectors
  • 32320000 - Television and audio-visual equipment
  • 30195900 - Whiteboards and magnetic boards
  • 30195911 - Whiteboard accessories
  • 51310000 - Installation services of radio, television, sound and video equipment
  • 51611100 - Hardware installation services
  • 50000000 - Repair and maintenance services
  • 32321200 - Audio-visual equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot of for the supply, delivery and installation of audio visual equipment. This includes, but is not limited to interactive touch screens, display screen, projectors, and audio equipment.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £32,400,000

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

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers hold, or can commit to obtain

prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence.

PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence, and in the aggregate in respect of

Products.

MOTOR VEHICLE INSURANCE = a minimum indemnity level of 5 million GBP in respect of third party property damage, without limit to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents.

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A search of the tenderer against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable

risk should it be appointed on to the proposed Framework Agreement. Equifax's protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information. For full details please see the Procurement Documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. Subcontracting

2. Quality Management Procedures

3. Environmental Management Systems or Standards

4. Health and Safety Procedures

For full details please see the Procurement Documents. In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

SUBCONTRACTING:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).

QUALITY MANAGEMENT PROCEDURES

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN

ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and

set out responsibilities for quality management throughout the organisation.

ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or

equivalent) or a valid EMAS (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

HEALTH AND SAFETY PROCEDURES

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO

45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities

of health and safety management and compliance with legislation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (to the extent known or settled at this stage), please see the Procurement Documents (details of how to access these being set out in section " “I.3 (Communication” of this Contract Notice).


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

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Details provided by Councils at Call-off, where required.

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: 2022/S 000-024849

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

Date

20 January 2023

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

20 January 2023

Local time

12:00pm


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

This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the UK. This tender exercise has commenced after the UK withdrawal from the European Union and it has been conducted and concluded in accordance with the Law, Guidance and procedures in force after the UK withdrawal on 31st December 2020. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted and applied as currently in force.

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and

successor bodies):

- The 32 local authorities in Scotland listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx;

- Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education

sector in Scotland and their associated and affiliated bodies;

- NHS Scotland entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards,

Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated

Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.

- Scotland Excel associate members listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx;

- any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland) Act 2014

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access

agreement with Scotland Excel. Rebates apply to this framework. For further details, please see the Special Conditions of Contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22691. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents

(SC Ref:711230)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)Regulations 2015 (SSI2015/446)(as amended) may bring proceedings in the Sheriff Court or the Court of Session.