此網頁需要支援 JavaScript 才能正確運行,請先至你的瀏覽器設定中開啟 JavaScript。

This webpage requires JavaScript to function properly. Please enable JavaScript in your browser settings.

Cette page web nécessite JavaScript pour fonctionner correctement. Veuillez activer JavaScript dans les paramètres de votre navigateur.

Esta página web requiere JavaScript para funcionar correctamente. Por favor, habilite JavaScript en la configuración de su navegador.

Diese Webseite benötigt JavaScript, um ordnungsgemäß zu funktionieren. Bitte aktivieren Sie JavaScript in Ihren Browser-Einstellungen.

Для корректной работы этой веб-страницы требуется поддержка JavaScript. Пожалуйста, включите JavaScript в настройках вашего браузера.

このウェブページを正常に動作するにはJavaScriptが必要です。ブラウザの設定でJavaScriptを有効にしてください。

이 웹 페이지는 올바르게 작동하려면 JavaScript가 필요합니다. 브라우저 설정에서 JavaScript를 활성화하십시오.

Tato webová stránka vyžaduje pro svůj správný chod podporu JavaScriptu. Prosím, povolte JavaScript v nastavení vašeho prohlížeče.

Ez a weboldal a megfelelő működéshez JavaScript támogatásra szorul. Kérjük, engedélyezze a JavaScript használatát a böngészőjében.

Questa pagina web richiede JavaScript per funzionare correttamente. Si prega di abilitare JavaScript nelle impostazioni del browser.

Šī tīmekļa lapa darbībai ir vajadzīgs JavaScript atbalsts. Lūdzu, ieslēdziet JavaScript savā pārlūkprogrammas iestatījumos.

Esta página da web requer JavaScript para funcionar corretamente. Por favor, ative o JavaScript nas configurações do seu navegador.

Deze webpagina vereist JavaScript om correct te functioneren. Schakel JavaScript in uw browserinstellingen in.

Ta strona wymaga obsługi JavaScript, aby działać prawidłowo. Proszę włączyć obsługę JavaScript w ustawieniach przeglądarki.

Laman web ini memerlukan JavaScript untuk berfungsi dengan betul. Sila aktifkan JavaScript dalam tetapan pelayar anda.

Halaman web ini memerlukan JavaScript untuk berfungsi dengan baik. Harap aktifkan JavaScript di pengaturan browser Anda.

เว็บไซต์นี้ต้องการ JavaScript เพื่อทำงานอย่างถูกต้อง โปรดเปิด JavaScript ในการตั้งค่าบราวเซอร์ของคุณ

Bu web sayfasının düzgün çalışması için JavaScript gereklidir. Lütfen tarayıcı ayarlarınızda JavaScript'i etkinleştirin.

Trang web này yêu cầu JavaScript để hoạt động đúng. Vui lòng kích hoạt JavaScript trong cài đặt trình duyệt của bạn.

Эн вэб хуудас нь зөв ажиллахын тулд JavaScript дэмжлэг авах шаардлагатай. Таны броузерын тохиргоонд JavaScript-ийг идэвхжүүлнэ үү.

ဒီဝန်ဆောင်မှုစာမျက်နှာကိုမှားယွင်းရန် JavaScript ကိုလိုအပ်ပါ။ သင့်ရဲ့ဘောဒီကိုပြင်ဆင်ရန် JavaScript ကိုဖွင့်ပါ။

ບໍ່ສາມາດເຮັດວຽກເວັບໄຊນີ້ໄດ້ຖ້າບໍ່ມີການສະຫລັບ JavaScript. ກະລຸນາໃຊ້ການຕັ້ງຄ່າຂອງເວັບໄຊໃຫ້ເປີດ JavaScript ກ່ອນ.

ទំព័រវេបសាយនេះត្រូវការ JavaScript ដើម្បីដំណើរការប្រើប្រាស់បានល្អ។ សូមបើក JavaScript នៅក្នុងការកំណត់របស់អ្នកក្នុងក

  英國採購案 - United Kingdom-Stirling: Audio-visual ... - 駐英國台北代表處 Taipei Representative Office in the U.K. ::: 跳到主要內容區塊
重點消息
:::

英國採購案 - United Kingdom-Stirling: Audio-visual equipment

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