Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 21 March 2024
  • Last modified: 21 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044ad0
Published by:
NEUPC Ltd
Authority ID:
AA20467
Publication date:
21 March 2024
Deadline date:
03 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NEUPC is seeking to establish a framework agreement for the provision of Audio Visual: System Design/Consultancy, Supplies, Installation and Maintenance for use by NEUPC, SUPC, LUPC, and HEPCW consortia members.

The requirement is broken down into 3 Lots:

Lot 1 - Design, Supply, Installation and Maintenance of Audio Visual Systems : Regional Coverage (up to 5 of the regional areas)

Lot 2 - Design, Supply, Installation and Maintenance of Audio Visual Systems : National Coverage (all regional areas)

Lot 3 - Consultancy

Bidders will only be able to apply for one Lot. The intention is to appoint a maximum of 15 Suppliers on Lot 1, and a maximum of 10 Suppliers on each of Lots 2 and 3. A minimum overall assessment score of 60% will be required to be appointed to the Framework.

See the ITT document for full details.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Contact person: Steven Hogg

Telephone: +44 1134871754

E-mail: s.hogg@neupc.ac.uk

NUTS: UK

Internet address(es)

Main address: https://neupc.ac.uk/

Address of the buyer profile: https://neupc.delta-esourcing.com/

I.1) Name and addresses

Southern Universities Purchasing Consortium

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

Reading

RG6 6BU

UK

E-mail: supc@reading.ac.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://www.supc.ac.uk/our-members/

I.1) Name and addresses

London Universities Purchasing Consortium Ltd

Shropshire House, 179 Tottenham Court Road

London

W1T 7NZ

UK

E-mail: enquiries@lupc.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.lupc.ac.uk

Address of the buyer profile: https://www.lupc.ac.uk/members/our-members/

I.1) Name and addresses

Higher Education Purchasing Consortium Wales

8th Floor, 30-36 Newport Road

Cardiff

CF24 0DE

UK

E-mail: hepcw@wales.ac.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://www.hepcw.ac.uk/members/

I.2) Joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Audio-visual-equipment./463YEU28E8


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://neupc.delta-esourcing.com/


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

Reference number: AVI2007 NE

II.1.2) Main CPV code

32321200

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

NEUPC is seeking to establish a framework agreement for the provision of Audio Visual: System Design/Consultancy, Supplies, Installation and Maintenance for use by NEUPC, SUPC, LUPC, and HEPCW consortia members.

The requirement is broken down into 3 Lots:

Lot 1 - Design, Supply, Installation and Maintenance of Audio Visual Systems : Regional Coverage (up to 5 of the regional areas)

Lot 2 - Design, Supply, Installation and Maintenance of Audio Visual Systems : National Coverage (all regional areas)

Lot 3 - Consultancy

Bidders will only be able to apply for one Lot. The intention is to appoint a maximum of 15 Suppliers on Lot 1, and a maximum of 10 Suppliers on each of Lots 2 and 3. A minimum overall assessment score of 60% will be required to be appointed to the Framework.

See the ITT document for full details.

II.1.5) Estimated total value

Value excluding VAT: 450 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

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

II.2.2) Additional CPV code(s)

32321200

50340000

32321300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 80 000 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

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: Yes

Description of options:

Option to extend for one period of upto 12 months, total Framework Duration 48 months maximum.

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

The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation.

To respond to this opportunity please go to: https://neupc.delta-esourcing.com/respond/463YEU28E8

Lot No: 2

II.2.1) Title

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

II.2.2) Additional CPV code(s)

32321200

50340000

32321300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 350 000 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

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: Yes

Description of options:

Option to extend for one period of up-to 12 months. Maximum Framework duration 48 months.

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

The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation.

To respond to this opportunity please go to: https://neupc.delta-esourcing.com/respond/8S9GGZ5DS5

Lot No: 3

II.2.1) Title

Consultancy

II.2.2) Additional CPV code(s)

32321200

72110000

72220000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

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: Yes

Description of options:

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

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

The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation.

To respond to this opportunity please go to: https://neupc.delta-esourcing.com/respond/N75SHN9KG5

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Minimum annual turnover level required:

Lot 1

£1.5m for 1 region

£3m for 2 regions

£4.5m for 3 regions

£6m for 4 regions

£7.5m for 5 regions

Lot 2

£20m

Lot 3

£1m


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders will be required to provide confirmation of the the regions to cover , and satisfactory evidence of the resources to satisfy (regional offices/locations, number of admin and service/operational staff in each location, other resources tools and equipment etc, membership of appropriate trade bodies relevant to the services offered, and also describe how you will manage Member’s seasonally concentrated periods of demand.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See ITT and terms and conditions

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.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 03/05/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 03/05/2024

Local time: 12:30

Information about authorised persons and opening procedure:

Bids will be opened after the ITT deadline passes, by suitably qualified NEUPC staff, bids opened from the Delta system.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this Framework may be suitable for economic operators that are small or medium enterprises (SMEs). However, evaluation and any selection of tenderers will be based solely on the criteria set out for the procurement in the ITT, particularly Section 1.5 and Section 4.

Please see the ITT document Section 1.6 for any possible variances to the number of suppliers to be appointed to this Framework

All agreements resulting from this ITT shall be available to and apply to:

(i)all current Participating Consortia and Members who are "contracting authorities" (as defined in The Public Contracts Regulations 2015).

(ii)all current Participating Consortia and Members who currently, and may in the future, fall outside of the legal definition of "bodies governed by public law" for the purposes of The Public Contracts Regulations 2015.

This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015

For more information about this opportunity, please visit the Delta eSourcing portal at:

<a href="https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Audio-visual-equipment./463YEU28E8" target="_blank">https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Audio-visual-equipment./463YEU28E8</a>

To respond to this opportunity, please click here:

<a href="https://neupc.delta-esourcing.com/respond/463YEU28E8" target="_blank">https://neupc.delta-esourcing.com/respond/463YEU28E8</a>

GO Reference: GO-2024320-PRO-25548108

VI.4) Procedures for review

VI.4.1) Review body

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

VI.4.2) Body responsible for mediation procedures

INTERNATIONAL DISPUTE RESOLUTION CENTRE

70 FLEET STREET

London

EC4Y 1EU

UK

VI.5) Date of dispatch of this notice

20/03/2024

Coding

Commodity categories

ID Title Parent category
32321200 Audio-visual equipment Television projection equipment
32321300 Audio-visual materials Television projection equipment
72110000 Hardware selection consultancy services Hardware consultancy services
50340000 Repair and maintenance services of audio-visual and optical equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
72220000 Systems and technical consultancy services Software programming and consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
s.hogg@neupc.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.