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 Supply and System Design, Integration and Maintenance.

  • First published: 20 November 2015
  • Last modified: 20 November 2015

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:
Published by:
North Eastern Universities Purchasing Consortium
Authority ID:
AA20476
Publication date:
20 November 2015
Deadline date:
18 December 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NEUPCs existing AV equipment agreement has been consistently supported by institutions, and is expected to have delivered expenditure of approximately GBP 20 000 000 over its four year duration by the time the agreement expires on 5.2.2016.

NEUPC is looking to establish a new framework agreement for audio visual equipment supply and the design, supply, installation and support of integrated AV systems, delivering improved pricing and service, with demonstrable savings against those arrangements currently in place.

The intended outcome will be a framework in two lots. Lot 1 will provide institutions with a route to market for audio visual equipment on a supply only basis. Lot 2 will provide institutions with access to Audio Visual Integrators, those suppliers that provide AV equipment and install AV systems. Lot 2 also provides for Audio visual equipment and services on a hire basis

There is no opportunity for tenderers to bid for segments of the scope in either lot, however lot 2 tenderers will be required to identify which of the agreement users they do not seek to form contracts with.

Suppliers will be awarded to either lot 1 or to lot 2 therefore tenderers may only bid for Lot 1 or Lot 2, and not both lots.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


North Eastern Universities Purchasing Consortium

The Innovation Centre, 103 Clarendon Road

Leeds

LS2 9DF

UK

https://in-tendhost.co.uk/neupc/

Mark Hayter




http://www.neupc.ac.uk/

https://in-tendhost.co.uk/neupc/
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Yes

The framework agreement will be made available for use by the NEUPC members, and by the University of Lincoln. Membership of this community may be subject to change due to strategic realignment or the inclusion of new members. A complete listing of the current NEUPC member institutions can be viewed at: http://www.neupc.ac.uk/our-members, and the University of Lincoln web address is: http://www.lincoln.ac.uk/home/

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Audio Visual Supply and System Design, Integration and Maintenance.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Unchecked box Unchecked box Unchecked box
Unchecked box Checked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

20

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

20 000 00025 000 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

NEUPCs existing AV equipment agreement has been consistently supported by institutions, and is expected to have delivered expenditure of approximately GBP 20 000 000 over its four year duration by the time the agreement expires on 5.2.2016.

NEUPC is looking to establish a new framework agreement for audio visual equipment supply and the design, supply, installation and support of integrated AV systems, delivering improved pricing and service, with demonstrable savings against those arrangements currently in place.

The intended outcome will be a framework in two lots. Lot 1 will provide institutions with a route to market for audio visual equipment on a supply only basis. Lot 2 will provide institutions with access to Audio Visual Integrators, those suppliers that provide AV equipment and install AV systems. Lot 2 also provides for Audio visual equipment and services on a hire basis

There is no opportunity for tenderers to bid for segments of the scope in either lot, however lot 2 tenderers will be required to identify which of the agreement users they do not seek to form contracts with.

Suppliers will be awarded to either lot 1 or to lot 2 therefore tenderers may only bid for Lot 1 or Lot 2, and not both lots.

II.1.6)

Common Procurement Vocabulary (CPV)

32321200
50340000
32321300

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Checked box Unchecked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Framework Scope

NEUPCs existing AV equipment agreement has been consistently supported by institutions, and is expected to have delivered expenditure of approximately GBP 20 000 000 over its four year duration by the time the agreement expires on 5.2.2016.

NEUPC is looking to establish a new framework agreement for audio visual equipment supply and the design, supply, installation and support of integrated AV systems, delivering improved pricing and service, with demonstrable savings against those arrangements currently in place.

The intended outcome will be a framework in two lots. Lot 1 will provide members with a route to market for audio visual equipment on a supply only basis. Lot 2 will provide institutions with access to Audio Visual Integrators, those suppliers that provide AV equipment and install AV systems. Lot 2 also provides for Audio visual equipment and services on a hire basis.

There is no opportunity for tenderers to bid for segments of the scope in either lot, however lot 2 tenderers will be required to identify which of the agreement users they do not seek to form contracts with.

Suppliers will be awarded to either lot 1 or to lot 2 therefore tenderers may only bid for Lot 1 or Lot 2, and not both lots.

The framework agreement will be made available for use by the NEUPC members and by the University of Lincoln regardless of whether or not they are to be defined as contracting authorities for the purpose of the Public Contracts Regulations 2015.

Membership of this community may be subject to change due to strategic realignment or the inclusion of new members. A complete listing of the current.

NEUPC member institutions can be viewed at: http://www.neupc.ac.uk/our-members, and the University of Lincoln web address is: http://www.lincoln.ac.uk/home/

This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs including but not limited to:

1. European Regional Development Fund (ERDF) or;

2. European Structural and Investment Fund (ESIF) or;

3. Research Councils UK (RCUK), the strategic partnership of the UK's seven Research Councils.

Agreement users will use their discretion to determine the most appropriate method for calling off contracts from this framework.

Note: Institutions opting out of the Public Contracts Regulations and / or their partners that access this agreement are not bound by the call off procedure which applies to Contracting Authorities

Call off processes include, but may not be limited to:

Lot 1 (not ranked):

Further competition by E-Auction:

Institutions develop a standard product schedule and all suppliers enter an on-line bidding process to secure the contract to supply.

Further competition by competitive quotation: Purchase orders against line item catalogue product offering.

Further competition by desktop exercise:

Institutions may vary the award weightings against framework scoring to suit individual contract requirements.

Further competition by mini tender:

Usually against a set specification which may result in a term contract for particular product groups, or for a full single source arrangement.

Lot 2 (ranked):

Contracts may be called off as in Lot 1.

Additionally, Lot 2 awarded suppliers will be ranked, allowing institutions to direct award to the supplier that scored the best in the framework award, or if that supplier is not capable (for instance, has no resource available for installation) then the second highest scorer is chosen and so on.

Direct award does not preclude or take precedence above further competition. It is envisaged that further competition is the preferred method for project and term or single contracts.

Institutions may approach Lot 2 suppliers to adopt a blended contracting model, for example where an institution chooses to award all its pre-defined, identified or standardised requirements to one supplier for a period of time, but continues to use further competition with all suppliers on a project by project basis for the more bespoke areas, where innovative design solutions are sought.

Framework structure and supplier coverage.

Lot 1 suppliers will be able to provide identical service to each and every one of the named agreement users. 5 suppliers are envisaged to be awarded to this lot.

Lot 2 Tenderers do not need to be able to supply all agreement users. NEUPC considers nine suppliers to be the optimum number to service the agreement users as a collective however, as tenderers will be required to state which of the named agreement users they wish to withdraw from further competition and direct award participation, it is impossible to accurately predetermine the final number of suppliers

The tender evaluation process will score all tenders and then set them against each other according to institutions that the tenderers have not excluded themselves from supplying.

It is possible, depending upon the level of interest and quality of tender submissions that award to supply one institution does not guarantee award to another.

For all Lots, NEUPC shall not be bound to accept any Tender and reserves the right not to conclude a Framework Agreement for some or all of the Services for which Tenders are invited.

20 000 00025 000 000
GBP

II.2.2)

Options

The framework agreement will operate for 3 years duration, at which time NEUPC reserves the right to invoke an extension period of one year, subject at all times to satisfactory framework performance. Extension of one lot does not guarantee extension to any other lot.

Provisional timetable for recourse to these options

36

Number of possible renewals

1

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

12

II.3)

Duration of the contract or limit for completion

48

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Guarantees of performance and financial stability.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Joint and several liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Included in tender documentation.

III.2.2)

Economic and financial capacity


Included in tender documentation.



Included in tender documentation.


III.2.3)

Technical capacity


Included in tender documentation.



Included in tender documentation.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

AVI2003NE

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 18-12-2015  09:59

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 18-12-2015  10:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



Mark Hayter Senior Procurement Manager NEUPC.Lorraine Hayes Head of Operational Procurement NEUPC.Elizabeth Wallington Procurement Manager Sheffield Hallam University.

 18-12-2015  10:00

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


36 months.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 17-11-2015

ANNEX B

Information About Lots

1     Audio Visual Equipment supply only

1)

Short Description

Responding to consultation with NEUPC members, the introduction of Lot 1 (Supply Only), is a new strategic direction within the NEUPC Audio Visual framework arrangements.

Historically, Audio Visual products have been provided on a supply only basis within a holistic Audio Visual Framework, serviced by systems integrators whose strengths and added value are found in system design and installation. This arrangement for supply has been challenged in key areas which this new framework aims to address:

— That institutions have previously had to undertake a full further competition with all (up to nine) awarded suppliers when using the framework to purchase single and low value items of equipment,

— That AV equipment is more competitively priced and widely available through distribution channels than via systems integrators unable to provide added value to a supply only transactions

Category analysis suggests that supply only requirements may be accountable for a significant proportion of ‘in-scope, but off framework’ expenditure. This new framework provision seeks to increase the proportion of in-scope expenditure captured by the framework.

Lot 1 is designed to be used by institutions that already know their equipment requirements and therefore do not require technical guidance on product selection, but do require an efficient and cost effective route to purchase. Indeed, any institution that seeks technical support is directed to use Lot 2.

The supply of goods will require minimal personnel interaction, and Lot 1 providers will demonstrate proficiency and expertise in logistics management.

Efficient logistics underpinning the Lot 1 arrangement will offer institutions improved pricing.

Suppliers bidding for Lot 1 will not be eligible to bid for Lot 2, and vice versa.

Specification.

Suppliers will offer to sell audio visual products to institutions on a supply only basis.

Suppliers awarded to Lot 1 will be required to provide and maintain price files that are compatible with E-marketplaces and which are only issued for institutions' use following NEUPC approvals process.

All purchase orders placed will be responded to by the supplier with a purchase order acknowledgement which confirms the availability of product, delivery service level, and any special instruction regarding returns procedures exceptional to the agreed ‘standard service’.

Institutions placing orders under Lot 1 will be assured that goods ordered are in stock, and available for next day delivery.

Where a ‘not in stock’ or ‘stock on allocation’ status exists, Lot 1 suppliers will immediately inform the purchaser of stock status and guaranteed delivery date.

Suppliers will ensure that all deliveries will be made in accordance with purchase order instructions, especially in respect of ‘deliver to’ address, ‘required for delivery on’ date, and any specific delivery access restrictions.

Delivery charges will not apply unless accepted in writing by Us prior to supplier issuing any purchase order acknowledgements.

2)

Common Procurement Vocabulary (CPV)

32321200
32321300

3)

Quantity or scope



2 000 0004 000 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Audio visual system design, supply, integration, and maintenance

1)

Short Description

Lot 2 suppliers will provide design services for integrated audio visual systems, and will have the capability and resources required to engineer, install and maintain those systems. Suppliers will also offer to sell audio visual products to institutions on a supply only basis.

The structure of Lot 2 builds on the success of the NEUPC's previous framework arrangements of supply and installation combined, and seeks to enhance mutual benefit by:

1. Improving engagement with suppliers to positively impact system and environment design opportunities.

2. Encouraging longer term commitment contracts that offer significant efficiency benefits.

3. Clarifying the call off procedures allowed and improving direct award options.

4. Improving and maintaining competitiveness at institutions' further competition stages.

Lot 2 is designed to be used by institutions that do not already know their equipment requirements, and therefore require technical guidance on product selection. Indeed, any institution that seeks technical support is directed to use Lot 2.

Instances of supply only of goods will be allowed in Lot 2 where interaction with suppliers' personnel is required. Lot 2 providers will demonstrate proficiency and expertise in technical sales support and account management, where an understanding of the institution's estate and installed requirements will lead to improved value for money

Suppliers bidding for Lot 2 will not be eligible to bid for Lot 1, and vice versa. NEUPC does not recommend, although does not preclude, institutions use Lot 1 for supply only and then use Lot 2 for installation only.

2)

Common Procurement Vocabulary (CPV)

32321200
50340000
32321300

3)

Quantity or scope



18 000 00021 000 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
32321200 Audio-visual equipment Television projection equipment
32321300 Audio-visual materials Television projection equipment
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

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:
N/a
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.