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 Award Notice

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

  • First published: 01 November 2024
  • Last modified: 01 November 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

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:
01 November 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NEUPC Ltd

NEUPC Ltd, Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Contact person: Andy Walsh

Telephone: +44 1134871750

E-mail: a.walsh@neupc.ac.uk

NUTS: UK

Internet address(es)

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

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@sums.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.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

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.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 450 000 000.00  GBP

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

Quality criterion: Innovation in Design / Weighting: 15

Quality criterion: Project Management / Weighting: 15

Quality criterion: Engineering Quality / Weighting: 10

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

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

Quality criterion: Sustainability / Weighting: 10

Cost criterion: Price / Weighting: 25

II.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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

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

Quality criterion: Innovation in Design / Weighting: 15

Quality criterion: Project Management / Weighting: 15

Quality criterion: Engineering Quality / Weighting: 10

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

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

Quality criterion: Sustainability / Weighting: 10

Cost criterion: Price / Weighting: 25

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for one period of 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

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

Quality criterion: Innovation in Design / Weighting: 15

Quality criterion: Project Management / Weighting: 15

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

Quality criterion: Sustainability / Weighting: 10

Cost criterion: Price / Weighting: 50

II.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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

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

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 000-009022

Section V: Award of contract

Lot No: 1

Contract No: AVI2007 NE

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

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/10/2024

V.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 10

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

AURA FUTURES LIMITED

12282373

40 Clifton Street

London

EC2A 4DX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

AV2000 LIMITED

3695593

14 Beech Hill

Otley

LS21 3AX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

INSIGHT VISUAL SYSTEMS LIMITED

2617208

Suite 501, The Nexus Building, Broadway

Letchworth Garden City

SG6 9BL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

JULIAN ROCHE ASSOCIATES LIMITED

1120850

t/a Roche Audio Visual, Ainleys Industrial Estate

Elland

HX5 9JP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PACIFIC COMPUTERS LIMITED

3264034

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

Chineham

RG24 8WD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SNELLING BUSINESS SYSTEMS LIMITED

5117092

Laundry Lane, Blofield Heath

Norwich

NR13 4SQ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

STRIVE AV LIMITED

4102256

C/O Rpgcc, 40 Gracechurch Street

London

EC3V 0BT

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

UNIVERSAL A.V. SERVICES LIMITED

2496514

Horizon House, Longcroft

Keighley

BD21 5AL

UK

NUTS: UK

The contractor is an SME: Yes

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 80 000 000.00  GBP

V.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 V: Award of contract

Lot No: 2

Contract No: AVI2007NE

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

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/10/2024

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

CINOS LIMITED

6414023

Unit 4.9, Hitech, Frimley 4 Business Park, Frimley

Camberley

GU16 7SG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GVAV LIMITED

4141235

676 River Gardens, North Feltham Trading Estate

London

TW14 0RB

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

INFORMATION AND DATA NETWORKS SUPPLIES LIMITED

2248449

1b Springfield Court, Summerfield Road

Bolton

BL3 2NT

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

INSIGHT DIRECT (UK) LTD

2579852

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

Sheffield

S1 2JF

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

PROAV LIMITED

2681563

Proav House, Omega Way

Egham

TW20 8RD

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

PURE AUDIO VISUAL LIMITED

 04982644

362 Leach Place, Walton Summit, Bamber Bridge

Preston

PR5 8AS

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

VISAVVI LIMITED

2170847

Unit 5 Millfield Lane, Nether Poppleton

York

YO26 6PQ

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 350 000 000.00  GBP

V.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 V: Award of contract

Lot No: 3

Contract No: AVI 2007 NE

Title: Consultancy

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/10/2024

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

ANJELI LIMITED

9066962

t/a Hewshott, 9 St George's Yard

Farnham

GU9 7LW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PTS CONSULTING (UK) LIMITED

4748207

5 Jewry Street

London

EC3N 2EX

UK

NUTS: UK

The contractor is an SME: Yes

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.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

VI.4) Procedures for review

VI.4.1) Review body

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

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

NEUPC Ltd

Phoenix House, 3 South Parade

Leeds

LS1 5QX

UK

Telephone: +44 1134871750

VI.5) Date of dispatch of this notice

29/10/2024

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:
a.walsh@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.