web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Paisley: Supply, Delivery and Installation of Audio Visual Equipment

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-034138/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Partial bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Scotland Excel
Postal address: Renfrewshire House, Cotton Street
Town: Paisley
Postal code: PA1 1AR
Country: United Kingdom
Telephone: +44 1414888230
Email: education.corporate@Scotland-excel.org.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply, Delivery and Installation of Audio Visual Equipment

Reference number: 0822
II.1.2) Main CPV code: 32321200
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This Contract Notice is in relation to the renewal framework for the Supply, Delivery and Installation of Audio Visual Equipment, on behalf of the 32 local authorities in Scotland. The tender is likely to include, but not limited to interactive
boards, projectors, television screens, audio equipment. The framework will mainly service the Education departments but may service other departments within the local authorities.
The framework may also be available to Scotland Excel associate members and other public sector organisations, further information will be available within the contract notice and tender document which will be available in due course.
II.1.5) Estimated total value:
Value excluding VAT: 36000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for one lot only
II.2) Description
II.2.1) Title: Additional Support Needs

Lot No:2
II.2.2) Additional CPV code(s)
32321200, 32320000, 51310000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the 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.2.6) Estimated value:
Value excluding VAT: 1800000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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

Lot No:3
II.2.2) Additional CPV code(s)
50000000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the 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.2.6) Estimated value:
Value excluding VAT: 1800000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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: Audio Visual Equipment

Lot No:1
II.2.2) Additional CPV code(s)
38652100, 32320000, 30195900, 30195911, 51310000, 51611100, 50000000, 32321200

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Various locations throughout the geographical boundaries of the 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.2.6) Estimated value:
Value excluding VAT: 32400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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) Conditions for participation
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.
Minimum level(s) of standards possibly required: It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers hold, or can commit to obtain
prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ALL LOTS
EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence.
PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence, and in the aggregate in respect of
Products.
MOTOR VEHICLE INSURANCE = a minimum indemnity level of 5 million GBP in respect of third party property damage, without limit to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A search of the tenderer against Equifax’s Protect must not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the tenderer 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 tenderer does/would not present an unmanageable
risk should it be appointed on to the proposed Framework Agreement. Equifax’s protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company: credit history; disqualification; validation and investigation bureau; connected data; and bureau information. For full details please see the Procurement Documents.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: 1. Subcontracting
2. Quality Management Procedures
3. Environmental Management Systems or Standards
4. Health and Safety Procedures
For full details please see the Procurement Documents. In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required:SUBCONTRACTING:
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).
QUALITY MANAGEMENT PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN
ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or
equivalent) or a valid EMAS (or equivalent) certificate.
OR
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer’s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
HEALTH AND SAFETY PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO
45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities
of health and safety management and compliance with legislation.

III.2.2) Contract performance conditions: For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (to the extent known or settled at this stage), please see the Procurement Documents (details of how to access these being set out in section ” “I.3 (Communication” of this Contract Notice).

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
Framework agreement with several operators

IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:Details provided by Councils at Call-off, where required.
IV.1.8) Information about the 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:2022/S 000-024849
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-01-20 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-01-20 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the UK. This tender exercise has commenced after the UK withdrawal from the European Union and it has been conducted and concluded in accordance with the Law, Guidance and procedures in force after the UK withdrawal on 31st December 2020. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted and applied as currently in force.
Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and
successor bodies):
– The 32 local authorities in Scotland listed at ;
– Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education
sector in Scotland and their associated and affiliated bodies;
– NHS Scotland entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards,
Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated
Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
– Scotland Excel associate members listed at ;
– any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland) Act 2014
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access
agreement with Scotland Excel. Rebates apply to this framework. For further details, please see the Special Conditions of Contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22691. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents
(SC Ref:711230)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Court of Session
Town: Edinburgh
Postal code: EH1 1RQ
Country: United Kingdom

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 (SSI2015/446)(as amended) may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice:2022-12-02