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