Audio Visual Equipment and Services Contract – Wolverhampton
Lot 1: Single Contractor for the rolling replacement programme of AV equipment covering the entire academic year.
United Kingdom-Wolverhampton: Audio-visual equipment
2018/S 153-351170
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
MX Building, Camp Street
Wolverhampton
WV1 1AD
United Kingdom
Telephone: +44 1902321000
E-mail: Procurement@wlv.ac.uk
NUTS code: UKG
Address of the buyer profile: www.wlv.ac.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
18-26 Framework Agreement for Audio Visual Equipment and Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Contract is for the provision of Audi visual installations in 2 Lots.
— Lot 1: Single Contractor for the rolling replacement programme of AV equipment covering the entire academic year.
— Lot 2: Framework Agreement comprised of up to three Contractors for the provision of bespoke works/projects.
II.1.6)Information about lots
II.2.1)Title:
Lot 1: Standard Works (Rolling Replacement)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— Lot 1: Single contractor for the rolling replacement programme of AV equipment covering the entire academic year. Within this requirement the University has approximately 300 Learning and Teaching spaces as well as a large number of meeting rooms, boardrooms, informal teaching spaces and digital signage requirements. Each year, the scope for the classroom refurbishment is agreed with a number of stakeholder groups. Being flexible to University timetabling is essential within this programme of works to ensure that student service is not disrupted.
Mandatory requirements include:
— Tenderers must have an annual Turnover of a minimum 2 000 000 GBP.
— Tenderers must have Public Liability Insurance at 5 000 000 GBP.
— Tenderers must have Professional Indemnity Insurance at 1 000 000 GBP.
— Tenderers must have Employer Liability Insurance at 5 000 000 GBP.
— Tenderers must have a Credit Safe score of a minimum of 30.
— Tenderers must hold ISO 9001 (Quality Management) certification.
— Tenderers must hold ISO 14000 (Environmental Management) certification.
— All equipment provided as part of the Contract must have a minimum of a 2 year warranty.
— Tenderers must not have had a Contracted terminated within the last 12 months.
— Tenderers must have an established relationship with Extron and are able to provide Extron equipment.
Please note that the value of the Contract is indicative, this is not guaranteed work and the University will not be held responsible for spend lower than this value.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal will take place at the end of the initial Contract period or extension period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Please section 2.1.1 of the ITT
II.2.14)Additional information
Some works might be subject to part funding by, for example, the European structural and Investment Funds Growth Programme for England (2014-2020) or any other European Union Funded Programme, or other Funding Body e.g. Local enterprise partnerships (LEP), Brownfield Research and Innovation Centre (BRIC) etc.
II.2.1)Title:
Lot 2: Bespoke Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— Lot 2: Framework Agreement comprised of up to three Contractors for the provision of bespoke works/projects. Over the past 12 months the University has undertaken a number of larger bespoke projects for Audio Visual equipment that have fallen outside of the standard remit. Within this Lot, innovation and idea generation is essential. Each call-off for the works required under Lot 2 will be conducted via further-competition.
Mandatory requirements include:
— Tenderers must have an annual Turnover of a minimum 2 000 000 GBP.
— Tenderers must have Public Liability Insurance at 5 000 000 GBP.
— Tenderers must have Professional Indemnity Insurance at 1 000 000 GBP.
— Tenderers must have Employer Liability Insurance at 5 000 000 GBP.
— Tenderers must have a Credit Safe score of a minimum of 30.
— Tenderers must hold ISO 9001 (Quality Management) certification.
— Tenderers must hold ISO 14000 (Environmental Management) certification.
— All equipment provided as part of the Contract must have a minimum of a 2 year warranty.
— Tenderers must not have had a Contracted terminated within the last 12 months.
Please note that the value of the Contract is indicative, this is not guaranteed work and the University will not be held responsible for spend lower than this value.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The renewal will take place at the end of the Contract period or extension period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Please section 2.1.1 of the ITT
II.2.14)Additional information
Some works might be subject to part funding by, for example, the European structural and Investment Funds Growth Programme for England (2014-2020) or any other European Union Funded Programme, or other Funding Body e.g. Local enterprise partnerships (LEP), Brownfield Research and Innovation Centre (BRIC) etc.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Selection criteria as stated in the Procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
36 months
VI.2)Information about electronic workflows
VI.3)Additional information:
All correspondence should be via BravoSolution.
VI.4.1)Review body
Wolverhampton
United Kingdom
VI.5)Date of dispatch of this notice: