英國採購案 - United Kingdom-Stirling: Audio-visual equipment
- 標題:United Kingdom-Stirling: Audio-visual equipment
- 採購機關名稱:APUC Limited
- 國別:英國
- 類別:電力、電機設備
- 採購產品說明:The Supply, Design and Installation of Energy Efficient Audio-Visual Equipment
- 標案號碼:2018/S 103-234954
- 資金來源:APUC Limited
- 合約型式:Supply Contract
- 截標日期:10/07/2018 12:00
- 開標日期:10/07/2018 12:00
- 標案金額:Value excluding VAT: 60 000 000.00 GBP
- 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:234954-2018:TEXT:EN:HTML&src=0
- 聯絡人資料:
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Contact person: Lorona Watts
Telephone: +44 1314428950
E-mail: lwatts@apuc-scot.ac.uk
http://www.apuc-scot.ac.uk
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
- 請附上採購詳細內容:
United Kingdom-Stirling: Audio-visual equipment
2018/S 103-234954
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Contact person: Lorona Watts
Telephone: +44 1314428950
E-mail: lwatts@apuc-scot.ac.uk
NUTS code: UKM
Internet address(es):
Main address: http://www.apuc-scot.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Education
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
The Supply, Design and Installation of Energy Efficient Audio-Visual Equipment
Reference number: AV1017 AP
II.1.2)Main CPV code
32321200
II.1.3)Type of contract
Supplies
II.1.4)Short description:
The Framework Agreement is for the Supply, Design, Installation and Maintenance Audio Visual Equipment and consumables.
II.1.5)Estimated total value
Value excluding VAT: 60 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Supply of Equipment and Consumables
Lot No: 1
II.2.2)Additional CPV code(s)
32321200
II.2.3)Place of performance
NUTS code: UKM
Main site or place of performance:
All areas of Scotland, including the Scottish Highland and Islands.
II.2.4)Description of the procurement:
For the appointment of a maximum of 3 suppliers for the supply and delivery of Audio Visual Equipment and Consumables to Further and Higher Education Institutions and other eligible parties as listed in Appendix E — List of Institutions.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Technical / Weighting: 30
Cost criterion - Name: Commercial / Weighting: 70
II.2.6)Estimated value
Value excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The Framework Agreement will be for an initial period of 2 years. The Authority reserves the right to extend the Framework Agreement for a further 2 x 12 month periods subject to satisfactory performance and continued Institutions requirements.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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.
II.2)Description
II.2.1)Title:
Supply, Design, Installation and Maintenance of Energy Efficient Audio-Visual Equipment
Lot No: 2
II.2.2)Additional CPV code(s)
32321200
51611100
50000000
22314000
II.2.3)Place of performance
NUTS code: UKM
Main site or place of performance:
All areas of Scotland, including the Scottish Highlands and Islands.
II.2.4)Description of the procurement:
For the appointment of up to a maximum of 8 suppliers for the supply, design, installation and maintenance of Energy Efficient Audio-Visual Equipment to Further and Higher Education Institutions and other eligible parties as listed in Appendix E — List of Institutions.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Technical / Weighting: 70
Cost criterion - Name: Commercial / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 50 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The Framework Agreement will be for an initial period of 2 years.
The Authority reserves the right to extend the Framework Agreement for a further 2 x 12 month periods subject to satisfactory performance and continued Institutions requirements.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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.
Subsection VI.3: Additional Information.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
Minimum level(s) of standards possibly required:
Please refer to the “Qualification Envelope” of the ITT within PCS-T to answer the selection criteria.
Bidders must confirm they can provide the following supporting evidence prior to award:
Please refer to Part IV Selection Criteria: Questions within 4B.1.2 of the ESPD.
The successful bidder will be required to provide evidence of a minimum average yearly turnover for the previous two financial years of 1 000 000 GBP.
Please refer to Part IV Selection Criteria: Questions within 4B.5 of the ESPD which specifies the minimum level of insurances required.
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP;
Product Liability Insurance = 5 000 000 GBP;
Public Liability Insurance = 5 000 000 GBP;
Professional Liability Insurance (Lot 2 only) = 1 000 000 GBP.
Please refer to Part IV Selection Criteria: Questions within 4B.6 of the ESPD.
Prior to award of the Framework Agreement the successful bidder will be required to provide 2 years audited accounts, or equivalent. The Bidders will also be required to complete "Appendix Q — Financial Analysis" which will be used to assess the audited accounts.
APUC reserves the right to clarify financial information.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Please refer to Part IV Selection Criteria: Question within 4C.1.2 of the ESPD.
Bidders will be required to complete a case study for (Lot 2 only) to demonstrate relevant experience of AV installs within a Lecture Theatre/Seminar Room/ Collaborative Space. These installations should be of an equivalent technical nature to those listed with the ITT but may have been undertaken within an education, corporate or similar environment.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 10/07/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 10/07/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
Q4 2021.
VI.2)Information about electronic workflows
VI.3)Additional information:
Form of Tender.
Tenderers must sign the Form of Tender — Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.
Freedom of Information.
Please confirm that you will be in a position to complete (prior to award), Appendix B — Freedom of Information (if applicable) in the Technical Questionnaire in PCS-Tender. This information should only be submitted (if applicable) when requested prior to award. It is for information only and will not be scored.
Supply Chain Code of Conduct.
In partnership with Institutions, the Authority has developed a Supply Chain Code of Conduct — Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Supply Chain Code of Conduct prior to Award to assist in achieving its objectives.
General Data Protection Regulations (GDPR).
Please complete Appendix J – GDPR Contractor Data Processor Assurance Assessment in the Technical Questionnaire in PCS-Tender.
This information should only be submitted when requested prior to award.
This information must meet the GDPR requirements to ensure the Contractor a placement on the Framework Agreement.
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is Project_10683. For more information see:
https://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A subcontract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10683. 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:
The community benefit provisions within the procurement process will focus on:
The targeted recruitment and training of New Entrants, the long-term unemployed and those further from the job market (by way of apprenticeships, work placements, university and college student internships, work experience etc.);
Educational benefits to communities, including working closely with educational establishments and community groups to maximise educational opportunities that arise through performance of the agreement, increasing awareness, skills and digital accessibility;
Awareness of opportunities, either in a prime or sub-contracting role, for Small to Medium (SME) sized businesses and social enterprises. This should include opportunities for organisations with expertise in:
Provision of the requirement.
Service delivery.
End of life management of equipment, promoting their re-use, re-manufacture and recycling as well as compliance with security and WEEE requirements.
(SC Ref:540132).
VI.4)Procedures for review
VI.4.1)Review body
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Telephone: +44 1314428930
Internet address: http://www.apuc-scot.ac.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
30/05/2018