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 1612348005
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=81139&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=81139&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
Audio Visual Equipment & Installation Services
Reference number: AVI3146NW
II.1.2) Main CPV code
32321200
II.1.3) Type of contract
Supplies
II.1.4) Short description
NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC & CPC for Audio Visual Equipment & Installation Services.
This Framework Agreement will commence on 1st September 2024 for an initial period of twenty-four (24) months until 31st August 2026 with the option to extend the Agreement for twelve (12) months until 31st August 2027 and a further twelve (12) months until 31st August 2028 subject to satisfactory Economic Operator performance.
The Framework Agreement will be split into three lots as follows:
Lot 1 – Supply & Delivery of Audio Visual Equipment
Lot 2 – Supply, Delivery & Installation of Audio Visual Equipment
Lot 3 – Supply, Delivery & Installation of Audio Visual Equipment – Northern Ireland
The following organisations committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:
NWUPC https://www.nwupc.ac.uk/our-members
CPC https://www.thecpc.ac.uk/members/
II.1.5) Estimated total value
Value excluding VAT:
64 700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – Supply & Delivery of Audio Visual Equipment
II.2.2) Additional CPV code(s)
32320000
32321300
50340000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
North West England and Northern Ireland
II.2.4) Description of the procurement
Supply of in scope equipment as per the ITT which includes, but is not limited to, the following scope; Supply and delivery of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV over IP Devices, Bring Your Devices / Collaboration Systems, AV Furniture, Audio Visual Fixtures, Fittings, Interactive touch screens, Team Rooms Equipment, Interactive Touch tables. 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:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 1st September 2024 for an initial period of twenty four (24) months until 31st August 2026 with the option to extend the Agreement for two periods of twelve (12) months until 31st August 2028 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
Lot 2 – Supply, Delivery and Installation of Audio Visual Equipment and Associated Services
II.2.2) Additional CPV code(s)
32320000
32321300
50340000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
North West England and Northern Ireland
II.2.4) Description of the procurement
The Supply, Delivery and Installation of Audiovisual Equipment and Associated Services includes, but is not limited to, the following scope; Supply, delivery and installation of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV over IP Devices, Bring Your Devices / Collaboration Systems, AV Furniture, Audio Visual Fixtures and Fittings, immersive spaces, and Cables. Servicing and Maintenance of Audio Visual Equipment and Systems including both proactive and reactive services and fixed contract maintenance agreements, Microsoft Teams Room Solutions, Conferencing Platforms - Webex, Pexip, Large LED displays including specialist solutions such as Virtual Production Studios, Programming, Training, De-Installation and Consultancy and Design Services. Leasing of Audiovisual Equipment. 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:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 1st September 2024 for an initial period of twenty four (24) months until 31st August 2026 with the option to extend the Agreement for two periods of twelve (12) months until 31st August 2028 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: 3
II.2.1) Title
Lot 3 – Supply, Delivery and Installation of Audio Visual Equipment– NI
II.2.2) Additional CPV code(s)
32320000
32321300
50340000
II.2.3) Place of performance
NUTS code:
UKN0
UKN
II.2.4) Description of the procurement
The Supply, Delivery and Installation of Audiovisual Equipment and Associated Services – Northern Ireland includes, but is not limited to, the following scope; Supply, delivery and installation of Data Projectors and Lamps, Display Screens, Projector Screens, Portable Screen Mounts / Trolleys, White Boards, Media Switchers / Scalers / Distribution Equipment, HDMI Extenders, Amplifiers, Visualisers, Collaboration Systems, Video Distribution Equipment, DVD / Blu-Ray Players, Camcorders, Speakers, Microphones, Digital Signage, Video Conference Systems, Lecture Capture Systems, Network Cameras, AV over IP Devices, Bring Your Devices / Collaboration Systems, AV Furniture, Audio Visual Fixtures and Fittings, immersive spaces, and Cables. Servicing and Maintenance of Audio Visual Equipment and Systems including both proactive and reactive services and fixed contract maintenance agreements, Microsoft Teams Room Solutions, Conferencing Platforms - Webex, Pexip, Large LED displays including specialist solutions such as Virtual Production Studios, Programming, Training, De-Installation and Consultancy and Design Services. Leasing of Audiovisual Equipment. This list is not exhaustive.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 35
Quality criterion: Quality
/ Weighting: 45
Price
/ Weighting:
20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 1st September 2024 for an initial period of twenty four (24) months until 31st August 2026 with the option to extend the Agreement for two periods of twelve (12) months until 31st August 2028 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: 21
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:
2024/S 000-014076
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/06/2024
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:
10/06/2024
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
Internet address(es)
URL: https://nwupc.ac.uk/
VI.5) Date of dispatch of this notice
07/05/2024