Notice Information
Notice Title
Framework Agreement for Audio Visual Services
Notice Description
The University seeks experienced Contractor(s) to undertake a variety of Audio Visual installations across its University campuses as described in Schedule 1 Scope and Specification. The appointed Contractor(s) must: * Ensure value for money * Provide innovative solutions to designs * Provide flexible working arrangements during busy periods i.e. Summer Programmes * Comply with all legislation, regulations and working rules relating to safety, health and welfare * Carry out the services with minimal disruption to University activities, teaching and students The Contract is for the provision of Audi Visual Installations in two Lots: * Lot 1 - Single Contractor for the rolling replacement programme of AV equipment covering the entire academic year. Within this requirement the University has approximately 300 Learning and Teaching spaces as well as a large number of meeting rooms, boardrooms, informal teaching spaces and digital signage requirements. Each year, the scope for the classroom refurbishment is agreed with a number of stakeholder groups. Being flexible to University timetabling is essential within this programme of works to ensure that student service is not disrupted. * Lot 2 - Framework Agreement comprised of up to three Contractors for the provision of bespoke works/projects. Over the past 12 months the University has undertaken a number of larger bespoke projects for Audio Visual equipment that have fallen outside of the standard remit. Within this Lot, innovation and idea generation is essential. Each call-off for the works required under Lot 2 will be conducted via further-competition. The structure allows flexibility in the completion of works as well as the option to evaluate innovative solutions for bespoke works as the need arises. Tenderers have the option to bid on both Lots. Mandatory Requirements include: * Tenderers must have an annual Turnover of a minimum PS2 million. * Tenderers must have Public Liability Insurance at PS5 million * Tenderers must have Professional Indemnity Insurance at PS1 million * Tenderers must have Employer Liability Insurance at PS5 million * Tenderers must have a Credit Safe score of a minimum of 30 * Tenderers must hold ISO 9001 (Quality Management) certification. * Tenderers must hold ISO 14000 (Environmental Management) certification. * All equipment provided as part of the Contract must have a minimum of a 2 year warranty * Tenderers must NOT have had a Contracted terminated within the last 12 months. * Tenderers must have an established relationship with Extron and are able to provide Extron equipment. (Lot 1 mandatory, however desirable only for Lot 2). All Tender documentation is available at BravoSolution using the following link - https://wlv.bravosolution.co.uk. All communication must be via BravoSolution.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-999de4d0-1c64-411b-9a06-0091fe0483cf
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/517e76fd-247e-4e88-b2e5-39a7042b86f6
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
-
- CPV Codes
32321200 - Audio-visual equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Aug 20187 years ago
- Submission Deadline
- 10 Sep 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Nov 2018 - 31 Oct 2022 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF WOLVERHAMPTON ENTERPRISE LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WOLVERHAMPTON
- Postcode
- WV1 1LY
- Post Town
- Wolverhampton
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG39 Wolverhampton
- Delivery Location
- TLG West Midlands (England)
-
- Local Authority
- Wolverhampton
- Electoral Ward
- St Peters
- Westminster Constituency
- Wolverhampton West
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/517e76fd-247e-4e88-b2e5-39a7042b86f6
8th August 2018 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-999de4d0-1c64-411b-9a06-0091fe0483cf-2018-08-08T15:38:13+01:00",
"date": "2018-08-08T15:38:13+01:00",
"ocid": "ocds-b5fd17-999de4d0-1c64-411b-9a06-0091fe0483cf",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "18-26",
"title": "Framework Agreement for Audio Visual Services",
"description": "The University seeks experienced Contractor(s) to undertake a variety of Audio Visual installations across its University campuses as described in Schedule 1 Scope and Specification. The appointed Contractor(s) must: * Ensure value for money * Provide innovative solutions to designs * Provide flexible working arrangements during busy periods i.e. Summer Programmes * Comply with all legislation, regulations and working rules relating to safety, health and welfare * Carry out the services with minimal disruption to University activities, teaching and students The Contract is for the provision of Audi Visual Installations in two Lots: * Lot 1 - Single Contractor for the rolling replacement programme of AV equipment covering the entire academic year. Within this requirement the University has approximately 300 Learning and Teaching spaces as well as a large number of meeting rooms, boardrooms, informal teaching spaces and digital signage requirements. Each year, the scope for the classroom refurbishment is agreed with a number of stakeholder groups. Being flexible to University timetabling is essential within this programme of works to ensure that student service is not disrupted. * Lot 2 - Framework Agreement comprised of up to three Contractors for the provision of bespoke works/projects. Over the past 12 months the University has undertaken a number of larger bespoke projects for Audio Visual equipment that have fallen outside of the standard remit. Within this Lot, innovation and idea generation is essential. Each call-off for the works required under Lot 2 will be conducted via further-competition. The structure allows flexibility in the completion of works as well as the option to evaluate innovative solutions for bespoke works as the need arises. Tenderers have the option to bid on both Lots. Mandatory Requirements include: * Tenderers must have an annual Turnover of a minimum PS2 million. * Tenderers must have Public Liability Insurance at PS5 million * Tenderers must have Professional Indemnity Insurance at PS1 million * Tenderers must have Employer Liability Insurance at PS5 million * Tenderers must have a Credit Safe score of a minimum of 30 * Tenderers must hold ISO 9001 (Quality Management) certification. * Tenderers must hold ISO 14000 (Environmental Management) certification. * All equipment provided as part of the Contract must have a minimum of a 2 year warranty * Tenderers must NOT have had a Contracted terminated within the last 12 months. * Tenderers must have an established relationship with Extron and are able to provide Extron equipment. (Lot 1 mandatory, however desirable only for Lot 2). All Tender documentation is available at BravoSolution using the following link - https://wlv.bravosolution.co.uk. All communication must be via BravoSolution.",
"datePublished": "2018-08-08T15:38:13+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "32321200",
"description": "Audio-visual equipment"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "West Midlands",
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2018-09-10T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2018-11-01T00:00:00Z",
"endDate": "2022-10-31T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/517e76fd-247e-4e88-b2e5-39a7042b86f6",
"datePublished": "2018-08-08T15:38:13+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/5rVw2ET6",
"name": "UNIVERSITY OF WOLVERHAMPTON ENTERPRISE LIMITED",
"identifier": {
"legalName": "UNIVERSITY OF WOLVERHAMPTON ENTERPRISE LIMITED",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/5rVw2ET6"
},
"address": {
"streetAddress": "Wulfruna Street",
"locality": "WOLVERHAMPTON",
"postalCode": "WV11LY",
"countryName": "England"
},
"contactPoint": {
"name": "Harpreet Jandu",
"email": "procurement@wlv.ac.uk",
"telephone": "01902 321643"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/5rVw2ET6",
"name": "UNIVERSITY OF WOLVERHAMPTON ENTERPRISE LIMITED"
}
}