Contract

Audio Visual: System Design/Consultancy, Supplies, Installation and Maintenance

  • NEUPC Ltd
  • Southern Universities Purchasing Consortium
  • London Universities Purchasing Consortium Ltd
  • Higher Education Purchasing Consortium Wales

F03: Contract award notice

Notice identifier: 2024/S 000-034953

Procurement identifier (OCID): ocds-h6vhtk-044ad0

Published 29 October 2024, 10:05am



Section one: Contracting authority

one.1) Name and addresses

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

Contact

Andy Walsh

Email

a.walsh@neupc.ac.uk

Telephone

+44 1134871750

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://neupc.ac.uk/

one.1) Name and addresses

Southern Universities Purchasing Consortium

Reading Enterprise Centre, The University of Reading, Earley Gate, Whiteknights Road

Reading

RG6 6BU

Email

supc@sums.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.supc.ac.uk/

Buyer's address

https://www.supc.ac.uk/our-members/

one.1) Name and addresses

London Universities Purchasing Consortium Ltd

Shropshire House, 179 Tottenham Court Road

London

W1T 7NZ

Email

enquiries@lupc.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.lupc.ac.uk

Buyer's address

https://www.lupc.ac.uk/members/our-members/

one.1) Name and addresses

Higher Education Purchasing Consortium Wales

8th Floor, 30-36 Newport Road

Cardiff

CF24 0DE

Email

hepcw@wales.ac.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.hepcw.ac.uk/

Buyer's address

https://www.hepcw.ac.uk/members/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Audio Visual: System Design/Consultancy, Supplies, Installation and Maintenance

Reference number

AVI2007 NE

two.1.2) Main CPV code

  • 32321200 - Audio-visual equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

This award notice is in connection with a framework agreement for the provision of Audio Visual: System Design/Consultancy, Supplies, Installation and Maintenance for use by current and future NEUPC, SUPC, LUPC, and HEPCW consortia members. This agreement will be open to consortia members regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £450,000,000

two.2) Description

two.2.1) Title

Design, Supply, Installation and Maintenance of Audio Visual Systems : Regional Coverage (up to 5 of the regional areas)

Lot No

1

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 32321300 - Audio-visual materials

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The Scope is for any one or combination of the Design, Supply, Installation and Maintenance of Audio Visual Systems.

Goods, including but not limited to:

a)Amplifiers

b)Assistive Listening

c)Audio Distribution, Processing, switching, and scaling

d)AV Cabinetry

e)AV Lecterns

f)AV Mounting bracketry

g)AV Software

h)Cables/Connectors/ consumables

i)Collaborative meeting and learning

j)Control Products

k)Digital Signage

l)Induction loop

m)Installation cabling

n)Interactive Presentation

o)Large size Video Display

p)Lecture Capture

q)Lighting Systems

r)Loudspeakers

s)Microphones

t)Mixers & Consoles

u)PA / VA Systems

v)*PC's desktop

w)*PC's laptop / notebook

x)*PC's surface

y)*PC's tablet

z)Projection screens - electronic

aa)Projection screens - manual

bb)Projector lamps

cc)Projectors/Projection Products

dd)Racks, Rack mounts & Brackets

ee)Recording and editing equipment

ff)Video Distribution, Processing, switching, and scaling

gg)Visualisers

hh)Wall/surface mount input plates (e.g. 1gang HDMI input)

*note: items v) to y) inclusive, when bought as a standalone product, should be sourced from the LUPC awarded NDNA framework

Services, including but not limited to:

a)Project Management

b)Account management

c)Systems Design

d)Systems Integration

e)Off-site rack build and system test

f)System programming

g)Carriage to site

h)Installation services

i)Snagging and hand over

j)Training

k)Warranty support

l)Planned preventative maintenance

m)Reactive maintenance

n)Benchmarking and continual improvement

For any between 1 and 5 of the 7 regional areas:

North East

Yorkshire and Humberside

Midlands

Wales

South West

South East

London

two.2.5) Award criteria

Quality criterion - Name: Innovation in Design / Weighting: 15

Quality criterion - Name: Project Management / Weighting: 15

Quality criterion - Name: Engineering Quality / Weighting: 10

Quality criterion - Name: Installation Services and Project Completion / Weighting: 15

Quality criterion - Name: Account Management / Post-Sales Support / Weighting: 10

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 25

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for one period of 12 months Total framework duration 48 months maximum.

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 offs may involve the use of EU or Research grant funding including but not limited to ERDF or ESIF funding.

two.2) Description

two.2.1) Title

Design, Supply, Installation and Maintenance of Audio Visual Systems : National Coverage (all regional areas)

Lot No

2

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 32321300 - Audio-visual materials

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The Scope is for any one or combination of the Design, Supply, Installation and Maintenance of Audio Visual Systems.

Goods, including but not limited to:

a)Amplifiers

b)Assistive Listening

c)Audio Distribution, Processing, switching, and scaling

d)AV Cabinetry

e)AV Lecterns

f)AV Mounting bracketry

g)AV Software

h)Cables/Connectors/ consumables

i)Collaborative meeting and learning

j)Control Products

k)Digital Signage

l)Induction loop

m)Installation cabling

n)Interactive Presentation

o)Large size Video Display

p)Lecture Capture

q)Lighting Systems

r)Loudspeakers

s)Microphones

t)Mixers & Consoles

u)PA / VA Systems

v)*PC's desktop

w)*PC's laptop / notebook

x)*PC's surface

y)*PC's tablet

z)Projection screens - electronic

aa)Projection screens - manual

bb)Projector lamps

cc)Projectors/Projection Products

dd)Racks, Rack mounts & Brackets

ee)Recording and editing equipment

ff)Video Distribution, Processing, switching, and scaling

gg)Visualisers

hh)Wall/surface mount input plates (e.g. 1gang HDMI input)

*note: items v) to y) inclusive, when bought as a standalone product, should be sourced from the LUPC awarded NDNA framework

Services, including but not limited to:

a)Project Management

b)Account management

c)Systems Design

d)Systems Integration

e)Off-site rack build and system test

f)System programming

g)Carriage to site

h)Installation services

i)Snagging and hand over

j)Training

k)Warranty support

l)Planned preventative maintenance

m)Reactive maintenance

n)Benchmarking and continual improvement

For all of the 7 regional areas:

North East

Yorkshire and Humberside

Midlands

Wales

South West

South East

London

two.2.5) Award criteria

Quality criterion - Name: Innovation in Design / Weighting: 15

Quality criterion - Name: Project Management / Weighting: 15

Quality criterion - Name: Engineering Quality / Weighting: 10

Quality criterion - Name: Installation Services and Project Completion / Weighting: 15

Quality criterion - Name: Account Management / Post-Sales Support / Weighting: 10

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 25

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for one period of 12 months. Maximum framework duration 48 months.

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 offs may involve the use of EU or Research grant funding including but not limited to ERDF or ESIF funding.

two.2) Description

two.2.1) Title

Consultancy

Lot No

3

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment
  • 72110000 - Hardware selection consultancy services
  • 72220000 - Systems and technical consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The Scope is for independent Consultancy Services for Audio Visual Systems, including but not limited to:

a)Systems scoping / design

b)Process, procedural, and practices design

c)Project management

d)Benchmarking and continual improvement

For all of the 7 regional areas:

North East

Yorkshire and Humberside

Midlands

Wales

South West

South East

London

two.2.5) Award criteria

Quality criterion - Name: Innovation in Design / Weighting: 15

Quality criterion - Name: Project Management / Weighting: 15

Quality criterion - Name: Account Management / Post-Sales Support / Weighting: 10

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 50

two.2.11) Information about options

Options: Yes

Description of options

Option to extend the framework for one period of 12 months. Maximum framework duration 48 months.

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 offs may involve the use of EU or Research grant funding including but not limited to ERDF or ESIF funding.


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

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 000-009022


Section five. Award of contract

Contract No

AVI2007 NE

Lot No

1

Title

Design, Supply, Installation and Maintenance of Audio Visual Systems : Regional Coverage (up to 5 of the regional areas)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 October 2024

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 10

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

AURA FUTURES LIMITED

40 Clifton Street

London

EC2A 4DX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

12282373

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

AV2000 LIMITED

14 Beech Hill

Otley

LS21 3AX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

3695593

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

INSIGHT VISUAL SYSTEMS LIMITED

Suite 501, The Nexus Building, Broadway

Letchworth Garden City

SG6 9BL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

2617208

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

JULIAN ROCHE ASSOCIATES LIMITED

t/a Roche Audio Visual, Ainleys Industrial Estate

Elland

HX5 9JP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

1120850

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

PACIFIC COMPUTERS LIMITED

Mariana House, 300 Cedarwood Cedarwood, Crockford Lane, Chineham Business Park

Chineham

RG24 8WD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

3264034

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SNELLING BUSINESS SYSTEMS LIMITED

Laundry Lane, Blofield Heath

Norwich

NR13 4SQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

5117092

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

STRIVE AV LIMITED

C/O Rpgcc, 40 Gracechurch Street

London

EC3V 0BT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

4102256

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

UNIVERSAL A.V. SERVICES LIMITED

Horizon House, Longcroft

Keighley

BD21 5AL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

2496514

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £80,000,000

Total value of the contract/lot: £80,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

Installation and engineering services


Section five. Award of contract

Contract No

AVI2007NE

Lot No

2

Title

Design, Supply, Installation and Maintenance of Audio Visual Systems : National Coverage (all 7 regional areas)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 October 2024

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

CINOS LIMITED

Unit 4.9, Hitech, Frimley 4 Business Park, Frimley

Camberley

GU16 7SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

6414023

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

GVAV LIMITED

676 River Gardens, North Feltham Trading Estate

London

TW14 0RB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

4141235

The contractor is an SME

No

five.2.3) Name and address of the contractor

INFORMATION AND DATA NETWORKS SUPPLIES LIMITED

1b Springfield Court, Summerfield Road

Bolton

BL3 2NT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

2248449

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

INSIGHT DIRECT (UK) LTD

1st Floor St Paul's Place, 121 Norfolk Street

Sheffield

S1 2JF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

2579852

The contractor is an SME

No

five.2.3) Name and address of the contractor

PROAV LIMITED

Proav House, Omega Way

Egham

TW20 8RD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

2681563

The contractor is an SME

No

five.2.3) Name and address of the contractor

PURE AUDIO VISUAL LIMITED

362 Leach Place, Walton Summit, Bamber Bridge

Preston

PR5 8AS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

 04982644

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

VISAVVI LIMITED

Unit 5 Millfield Lane, Nether Poppleton

York

YO26 6PQ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

2170847

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £350,000,000

Total value of the contract/lot: £350,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

installation and engineering services


Section five. Award of contract

Contract No

AVI 2007 NE

Lot No

3

Title

Consultancy

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 October 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

ANJELI LIMITED

t/a Hewshott, 9 St George's Yard

Farnham

GU9 7LW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

9066962

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

PTS CONSULTING (UK) LIMITED

5 Jewry Street

London

EC3N 2EX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

4748207

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £20,000,000

Total value of the contract/lot: £20,000,000


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=898830407

GO Reference: GO-20241029-PRO-28325129

six.4) Procedures for review

six.4.1) Review body

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

Telephone

+44 1134871750

Country

United Kingdom