Supply Audio Visual Equipment to Higher Education Sector
The Framework is for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems. North East England – Large Contracts – Lot No: 1a.
United Kingdom-Leeds: Audio-visual equipment
2020/S 049-117467
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Phoenix House, 3 South Parade
Town: Leeds
NUTS code: UK
Postal code: LS1 5QX
Country: United Kingdom
Contact person: Mark Hayter
E-mail: m.hayter@neupc.ac.uk
Telephone: +44 1134871760
Address of the buyer profile: https://neupc.delta-esourcing.com
I.1)Name and addresses
Postal address: Shropshire House, 179 Tottenham Court Road
Town: London
NUTS code: UK
Postal code: W1T 7NZ
Country: United Kingdom
E-mail: enquiries@lupc.ac.uk
I.1)Name and addresses
Postal address: 8th Floor, 30-36 Newport Road
Town: Cardiff
NUTS code: UK
Postal code: CF24 0DE
Country: United Kingdom
E-mail: hepcw@wales.ac.uk
I.1)Name and addresses
Postal address: Reading Enterprise Park, University of Reading, Earley Gate, Whiteknights Road
Town: Reading
NUTS code: UK
Postal code: RG6 6BU
Country: United Kingdom
E-mail: supc@reading.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:
Audio Visual: Supplies, System Design, Installation and Maintenance
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The framework is for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
North East England — Large Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for large contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the North East of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be awarded for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research council grants.
II.2.14)Additional information
To respond to this opportunity please click here.
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
North East England — Small Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for small contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the North East of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be awarded for a 36 month period with the potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research council grants.
II.2.14)Additional information
To respond to this opportunity please click here.
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
Yorkshire — Large Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for large contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in Yorkshire, England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be awarded for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call offs from this framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purposes of PCR 2015.
II.2.1)Title:
Yorkshire — Small Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for small contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in Yorkshire, England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be awarded for a 36-month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call offs from this framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purposes of PCR 2015.
II.2.1)Title:
Wales — Large Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for large contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in Wales.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be awarded for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call offs from this framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
Wales — Small Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for small contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in Wales.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be awarded for a 36 month period with a possible extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call offs from this framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
West Midlands — Large Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for large contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the West Midlands of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be awarded for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
West Midlands — Small Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for small contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the West Midlands of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be awarded for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding including but not limited to ERDF, ESIF and research council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
East Midlands — Large Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for large contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the East Midlands, England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be awarded for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding including but not limited to ERDF, ESIF and research Council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
East Midlands — Small Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for small contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the East Midlands, England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be award for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research Council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
East of England — Large Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for large contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the East of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be award for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research Council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
East of England — Small Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for small contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the East of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be award for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research Council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
South West England — Large Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for large contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the South West of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be award for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research Council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
South West England — Small Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for small contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the South West of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be award for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research Council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
South East England — Large Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for large contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the South East of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be award for a 36 month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research Council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
South East England — Small Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for small contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in the South East of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be award for a 36-month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research Council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
Greater London — Large Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for large contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in Greater London.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be award for a 36-month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research Council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
II.2.1)Title:
Greater London — Small Contracts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
This lot is for small contracts for audio visual supplies, and for the design, supply, integration and maintenance of audio visual systems in Greater London.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be award for a 36-month period with a potential extension of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Call-offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research Council grants.
II.2.14)Additional information
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
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
Information and formalities necessary for evaluating if the requirements are met: included in tender documentation.
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
NEUPC Ltd
Mark Hayter, Category Manager at NEUPC
Rachel Lunn, Category and Procurement Training Manager
Section VI: Complementary information
VI.1)Information about recurrence
48 months.
VI.2)Information about electronic workflows
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Call offs from this framework may be subject to external funding but not limited to ERDF, ESIF and research council grants.
This framework may be used by all members of the participating consortia regardless of whether they identify as a contracting authority for the purpose of PCR 2015.
Any participating consortia member, whether existing or new, that is not located within any of the geographic regions identified, shall be entitled to use this framework agreement
The maximum number of suppliers to be awarded to each lot for large contracts is ten. the maximum number of supplier to be awarded to each lot for small contracts is five.
Call-off from the framework agreement is by means of a combination of direct award and further competition.
The standard terms and conditions of any call-off contract shall be those stated in the framework agreement. Minor points can be re-negotiated with the consent of the supplier and the agreement user
Prices are capped by the framework agreement and will be the maximum that can be charged on a call-off contract. Capped pricing may be reduced at the time of call-off.
Relevant to their contract requirements, and at their absolute discretion, agreement users are reserved the right to determine the appropriate lot for each and/or every call-off contract requirement.
Agreement users do not need to justify their choice of lot to suppliers at time of call off, but will usually need to do so for internal audit.
Agreement users require flexibility and self-discretion on how they classify their contracts. This allows for the diversity of organisations that will use the framework (small, large, AV design led, Procurement led, etc.), and how they perceive contracts (large/small/simple/complex etc.).
To exemplify, a GBP 100 000 contract for a new lecture theatre is undoubtedly a large and/or complex integration. However, 20 x GBP 5 000 teaching room upgrades may still be a contract value of GBP 100 000 but is an aggregation of small and/or simple installation. Similarly, any contract value of GBP 100 000 could be considered large or complex by one of the smaller sized agreement users, whereas for some of the larger organisations that may use the framework, that contract value is far less significant. This is a well-known conundrum that the audio-visual integrator market readily appreciates
Guidance on how agreement users may decide to determine large or small contract lots.
I. calculation test – a combination of contract value and type of project metrics in to a ‘project scale calculator’;
II. complexity test – large contracts require design, significant project management etc, whereas smaller contracts are considered less complex;
III. capability and capacity test – preliminary market consultation across relevant lot(s);
IV. if, despite endeavours, it remains unclear which is the appropriate definition, the agreement user may choose to offer their contract opportunity to both size lots in region (combined).
Guidance on how agreement users may decide to determine regional lots:
I. location test – delivery to main campus;
II. remote test – for instance delivery to a remote campus;
III. intersect test – where delivery site falls between one or more regions the agreement user may choose to offer their contract opportunity to more than one region (combined).
Further call-off guidance is available in the tender documents
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Audio-visual-equipment./C684EH538S
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/C684EH538S
Go reference: GO-202035-PRO-16115051
VI.4.1)Review body
Postal address: Phoenix House, 3 South Parade
Town: Leeds
Postal code: LS1 5QX
Country: United Kingdom
E-mail: m.hayter@neupc.ac.uk
Telephone: +44 1134871760Internet address: http://www.neupc.ac.uk
VI.4.2)Body responsible for mediation procedures
Postal address: International Dispute Resolution Centre, 70 Fleet Street
Town: London
Postal code: EC4Y 1EU
Country: United Kingdom
E-mail: info@cedr.com
Telephone: +44 2075366000
VI.5)Date of dispatch of this notice: