Supply and Delivery of Audio Visual Equipment to Scotland Excel
Supply, Delivery and Installation (where applicable) of audio visual equipment, on behalf of the 32 local authorities in Scotland.
United Kingdom-Paisley: Audio-visual equipment
2018/S 181-409478
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
United Kingdom
Contact person: Education and Corporate Team
Telephone: +44 3003001200
E-mail: Education.Corporate@scotland-excel.org.uk
Fax: +44 1416187423
NUTS code: UKM83
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
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:
Supply, Delivery and Installation of Audio Visual Equipment
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework is in relation to the renewal framework for the Supply, Delivery and Installation (where applicable) of Audio Visual Equipment, on behalf of the 32 local authorities in Scotland. The framework will include, but is not limited to audio visual equipment, audio visual solutions, additional support needs equipment, event hire equipment and service, repair and maintenance.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Audio Visual Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations throughout the geographical boundaries of participating councils and associate members within Scotland.
II.2.4)Description of the procurement:
This lot of for the supply, delivery and installation of audio visual equipment. This includes, but is not limited to interactive touch screens, display screen, projectors, and audio equipment.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will run for a straight 4 year period with no option to extend beyond this point.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1)Title:
Solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations throughout the geographical boundaries of participating councils and associate members within Scotland.
II.2.4)Description of the procurement:
This lot is for the supply, delivery and installation of audio visual solutions. This includes, but is not limited to, design/advisory services, interactive boards, projectors, television screens, audio equipment and sensory equipment and installation as required.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will run for a straight 4 year period with no option to extend by this point.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1)Title:
Additional Support Needs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations throughout the geographical boundaries of participating councils and associate members within Scotland.
II.2.4)Description of the procurement:
This lot is for the supply, delivery and installation of Audio Visual Equipment for additional support need environments. This will include, but is not limited to audio visual equipment and sensory equipment and installation as required.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will run for a straight 4 year period with no option to extend by this point.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1)Title:
Event Equipment Hire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations throughout the geographical boundaries of participating councils and associate members within Scotland.
II.2.4)Description of the procurement:
This lot is for the hire of Audio Visual Equipment for Events. This will include but is not limited to large projector screens, projection equipment, sound equipment, and lighting equipment.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will run for a straight 4 year period with no option to extend by this point.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1)Title:
Service, Repair and Maintenance of Audio Visual Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations throughout the geographical boundaries of participating councils and associate members within Scotland.
II.2.4)Description of the procurement:
This lot is for the service, repair and maintenance of Audio Visual Equipment.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will run for a straight 4 year period with no option to extend by this point.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
List and brief description of selection criteria:
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.
INUSRANCE REQUIREMENTS:
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s Liability (Compulsory Insurance) – maintain a minimum indemnity limit of GBP 10 million in respect of each claim and without limit to the number of claims
Public / Product Liability Insurance – maintain a minimum level of GBP 5 million in respect of each claim and without limit to the number of claims and in the aggregate in respect of Products
Motor Vehicle Insurance – statutory Third Party motor vehicle insurance to a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury. For bidders who will subcontract parts of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that sub-contractors’ vehicles are appropriately insured and maintained.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
In addition to the insurance limits above, a search of the bidder against Equifax’s Protect must not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does / would not represent an unmanageable risk should it be appointed onto the proposed Framework Agreement.
III.1.3)Technical and professional ability
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately to each individual lot.
1) Relevant Examples of Previous Services of Suppliers;
2) Subcontracting;
3) Quality Management Procedures;
4) Environmental Management Systems or Standards;
5) Health and Safety Procedures.
Further to the description of the selection criteria outlined above, guidance and the minimum level of standards required are outlined in the “06-18 – III.1.3 Technical and Professional Ability” document, which can be found in the “Information and Instructions” folder of the Buyer Attachments area, within ITT 25958 of project 11547, the tender for Supply, Delivery and Installation of Audio Visual Equipment 06-18.
III.2.2)Contract performance conditions:
For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called-off thereunder, please see the Procurement Documents (details of how to access these are outlined in “Section I:3 Communication” of this Contract Notice).
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.2.1)Previous publication concerning this procedure
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
Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR, via PCS-Tender
Scotland Excel Officers and Members
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014.
The 32 local authorities in Scotland
http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx;
Scotland Excel associate members
http://www.scotland excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx;
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement with Scotland Excel.
Tenderers are advised that the envisaged maximum number of participants that might be appointed is purely indicative. Scotland Excel reserves the right to appoint more or less bidders to the proposed Framework Agreement.
Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member Authority or Associate Member. Further information on this can be found within the councils “06-18 e-Procurement Information” document found within the “Information and Instructions” folder within the “Buyer Attachments” area.
Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the European Single Procurement Document (Scotland):
— whether the Tenderer intends to subcontract any share of the contract to a third party,
— list of the proposed subcontracts as far as it is known at that stage; and
— what proportion / percentage of the contract does the Tenderer intend to subcontract.
These subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out immediately above.
In line with Clause 72 of the Public Contracts (Scotland) Regulations 2015, Contract and framework agreements may be modified without a new procurement procedure in accordance with this Part in some cases. Further details of the cases this is permitted is in the “06-18 – Regulation 72″ document found within the ” Information and Instructions” folder.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11547. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
(SC Ref:555499)
VI.4.1)Review body
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
United Kingdom
Telephone: +44 3003001200
Fax: +44 1416187423Internet address: http://www.scotland-excel.org.uk
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.5)Date of dispatch of this notice: