Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Western Universities Purchasing Consortium
04045190
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M5 4WT
UK
Contact person: Mary Onabanjo
Telephone: +44 1618005
E-mail: mary.onabanjo@nwupc.ac.uk
NUTS: UK
Internet address(es)
Main address: https://nwupc.ac.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=63332&B=NWUPC
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=63332&B=NWUPC
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Sub-central contracting authority
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Broadcasting Equipment & Integration Services
Reference number: AVI3145NW
II.1.2) Main CPV code
32210000
II.1.3) Type of contract
Supplies
II.1.4) Short description
NWUPC is establishing a multi-provider Framework Agreement on behalf of members of NWUPC, APUC, HEPCW, NEUPC, LUPC, SUPC and CPC for the supply of Broadcasting Equipment & Integration Services:
https://www.nwupc.ac.uk/our-members
http://www.apuc-scot.ac.uk/#!/members
http://www.hepcw.ac.uk/about-us-2/
https://www.lupc.ac.uk/member-list
http://www.neupc.ac.uk/our-members
https://www.supc.ac.uk/about-us/our-members/our-members
https://www.thecpc.ac.uk/members/
The Framework Agreement is divided into two (2) lots as follows:
Lot 1: Supply - Audio, Vision, Lighting Equipment
Lot 2: Supply & Integration - Audio, Vision, Lighting Equipment & Associated Services
Coverage is National
This Framework Agreement will commence on 01/07/2023 for an initial period of Twenty-four (24) months until 30/06/2025 with the option to extend the Agreement for 2 period(s) of twelve (12) months until 30/06/2027 subject to satisfactory Economic Operator performance.
II.1.5) Estimated total value
Value excluding VAT:
14 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Supply - Audio, Vision & Lighting Equipment
II.2.2) Additional CPV code(s)
32323300
32330000
32351000
32300000
32310000
32320000
32323000
32324000
32333000
32340000
32350000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Supply of Audio, Vision and Lighting Equipment includes supply and delivery (excluding Integration), of a range of equipment, consumables and associated products including but is not limited to the following scope; Amplifiers, microphones, sound mixers, headphones, earphones, speakers, autocues, vision mixers, screens, video cameras, processors, cranes, tripods, pedestals, drones, camera mounting solutions, lighting, lighting controls, rigging, lighting effects, lighting power distribution, DMX systems, track and dollies, associated furniture (including custom made), cables and associated accessories. These products will be utilised in but not limited to the following areas; Broadcast, Theatre and Other Studio and Recording Environments for Television, Film, Radio, Theatre, Music and Associated Media Services Environments. This list is not exhaustive.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/07/2023
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 1st July 2023 for an initial period of twenty four (24) months until 30th June 2025 with the option to extend the Agreement for two periods of twelve (12) months until 30th June 2027 subject to satisfactory Economic Operator performance
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
II.2.14) Additional information
Please see the ITT document prior to completion.
Lot No: 2
II.2.1) Title
Supply & Integration - Audio, Vision, Lighting Equipment & Associated Services
II.2.2) Additional CPV code(s)
32323300
32330000
32351000
45232331
51310000
51314000
32000000
32210000
32211000
32240000
32300000
32320000
32340000
32350000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Supply & Integration of Audio, Vision and Lighting and Associated Services includes supply and delivery and Integration, of a range of equipment, consumables and associated products and services including but is not limited to the following scope; Amplifiers, microphones, sound mixers, headphones, earphones, speakers, autocues, vision mixers, screens, video cameras, processors, crains, tripods, pedestals, drones, camera mounting solutions, lighting, lighting controls, rigging, lighting effects, lighting power distribution, DMX systems, track and dollies, cyclorama curtains, chroma key, relevant furniture (including custom made), cables and associated accessories. Associated Services will include consultancy, design, project management, training, maintenance, technical support, spares, staffing (both technical and operational) as applicable to lot 2. Furthermore, design will not be limited to product specification, and will include more sophisticated skills such as acoustic measurement and treatment. These products will be utilised in but not limited to the following areas; Broadcast, Theatre and Other Studio and Recording Environments for Television, Film, Radio, Theatre, Music and Associated Media Services Environments. This list is not exhaustive.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 30
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
35
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/07/2023
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 1st July 2023 for an initial period of twenty four (24) months until 30th June 2025 with the option to extend the Agreement for two periods of twelve (12) months until 30th June 2027 subject to satisfactory Economic Operator performance
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
II.2.14) Additional information
Please see the ITT document prior to completion.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 22
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-029369
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/04/2023
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
19/04/2023
Local time: 15:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide
https://www.gov.uk/government/organisations
Local Authorities
https://www.gov.uk/find-local-council
https://www.local.gov.uk
NDPBs
https://www.gov.uk/government/organisations
National Parks Authorities
http://www.nationalparks.gov.uk
Police Forces in the United Kingdom
http://www.police.uk/?view=force_sites
https://www.police-information.co.uk/index.html
Fire and Rescue Services in the United Kingdom
http://www.fire.org.uk/fire-brigades.html
NHS Bodies England
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Hospices in the UK
https://www.hospiceuk.org/about-hospice-care/find-a-hospice
Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom
http://www.charity-commission.gov.uk
http://www.oscr.org.uk
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
www.cas.org.uk
Scottish Police
http://www.scotland.police.uk
NI Public Bodies
Northern Ireland Government Departments
https://www.northernireland.gov.uk/topics/your-executive/government-departments
https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland
Northern Ireland Public Sector Bodies and Local Authorities
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
Schools and Universities in Northern Ireland
https://www.education-ni.gov.uk/
Health and Social care in Northern Ireland
http://online.hscni.net
Northern Ireland Housing Associations
https://www.nidirect.gov.uk/contacts/housing-associations
Police Service of Northern Ireland
https://www.psni.police.uk
VI.4) Procedures for review
VI.4.1) Review body
NWUPC Ltd
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M5 4WT
UK
Telephone: +44 1612348000
E-mail: procurement@nwupc.ac.uk
VI.5) Date of dispatch of this notice
15/03/2023