Services - 259128-2019

04/06/2019    S106

United Kingdom-Bristol: Exhibition stands

2019/S 106-259128

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Jisc
Postal address: One Castlepark, Tower Hill
Town: Bristol
NUTS code: UK UNITED KINGDOM
Postal code: BS2 0IA
Country: United Kingdom
Contact person: Rachael Littlejohns
E-mail: procurement@jisc.ac.uk
Internet address(es):
Main address: http://www.jisc.ac.uk
Address of the buyer profile: https://tenders.jisc.ac.uk
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://tenders.jisc.ac.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://tenders.jisc.ac.uk
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Other type: National education and research network provider
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Stand Build Framework

Reference number: Proc0049
II.1.2)Main CPV code
39154100 Exhibition stands
II.1.3)Type of contract
Services
II.1.4)Short description:

Jisc is looking to establish a framework of multiple suppliers who can creatively and competitively design, build and supply stands and other exhibition structures (including modular stands) that match the culture and style of Jisc. The framework will be in lots to allow specialists in the market to offer their core business under the most appropriate lot. There will be multiple suppliers per lot. We welcome expressions of interest via the procurement portal as described in this notice.

II.1.5)Estimated total value
Value excluding VAT: 500 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 and Lot 2 and Lot 3

II.2)Description
II.2.1)Title:

Modular stand hire.

Lot No: 1
II.2.2)Additional CPV code(s)
39154100 Exhibition stands
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The purpose of this procurement process is to source and establish several different contractors with differing specialisms and products/services to offer Jisc irrespective of any individual event requirement.

Jisc has a requirement for external exhibition contractors to who are experienced in stand-build design and construction. This framework covers all types of exhibition stands and contractor abilities; Lot 1 is specific to modular structures erected for use by exhibitors to a Jisc-led event.

The framework will not be specific to a single event or series of events but act as a mechanism to deliver against a requirement for any event, meeting or conference. This framework will operate on a lot by lot basis appropriate to the event requirements of Jisc.

Each lot under this framework will be considered as independent and focus on its specific area of expertise to meet Jisc’s requirements. Each lot will consist of multiple contractors per lot.

Lot 1 core supply: hire and supply (build and breakdown) of modular structures, including hire of fixtures and fittings, and electrical requirements.

Appointment onto the framework following this procurement process does not guarantee business. The framework will operate on a multi-supplier basis per lot; when a need arises the selection of the most suitable contractor will be following a call-off process (further information is available in the ITT document).

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
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
Envisaged minimum number: 5
Maximum number: 11
Objective criteria for choosing the limited number of candidates:

As stated in the SQ and ITT documents in line with the restricted procedure.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

JSL wishes to set up a Framework Agreement for an initial 2 years with the possibility of extension for up to a further 2 years subject to satisfactory performance.

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
II.2)Description
II.2.1)Title:

Bespoke Stand Build

Lot No: 2
II.2.2)Additional CPV code(s)
39154100 Exhibition stands
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The purpose of this procurement process is to source and establish several different contractors with differing specialisms and products/ services to offer Jisc irrespective of any individual event requirement.

Jisc has a requirement for external exhibition contractors to who are experienced in stand-build design and construction. This framework covers all types of exhibition stands and contractor abilities; Lot 1 is specific to bespoke staging and exhibition areas constructed from a series of designs and concepts.

The framework will not be specific to a single event or series of events but act as a mechanism to deliver against a requirement for any event, meeting or conference. This framework will operate on a lot by lot basis appropriate to the event requirements of Jisc.

Each lot under this framework will be considered as independent and focus on its specific area of expertise to meet Jisc’s requirements. Each lot will consist of multiple contractors per lot.

Lot 2 core supply: creative design, build and supply (build and breakdown) of stands and staging areas, including hire of fixtures and fittings, and electrical requirements.

Appointment onto the framework following this procurement process does not guarantee business. The framework will operate on a multi-supplier basis per lot; when a need arises the selection of the most suitable contractor will be following a call-off process (further information is available in the ITT document).

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
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
Envisaged minimum number: 1
Maximum number: 3
Objective criteria for choosing the limited number of candidates:

As stated in the SQ and ITT documents as per the restricted procedure.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

JSL wishes to set up a Framework Agreement for an initial 2 years with the possibility of extension for up to a further 2 years subject to satisfactory performance.

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
II.2)Description
II.2.1)Title:

Combined Requirements (Modular Stand Hire Plus Bespoke Stand Build)

Lot No: 3
II.2.2)Additional CPV code(s)
39154100 Exhibition stands
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The purpose of this procurement process is to source and establish several different contractors with differing specialisms and products/services to offer Jisc irrespective of any individual event requirement.

This lot is included for such situations whereby Jisc may require one single contractor to provide modular stands and build a bespoke stand. Although this is currently not common practice, there may be future requirements. There is no guarantee that lot three will be utilised. There will be a maximum of 3 contractors appointed onto Lot 3.

The framework will not be specific to a single event or series of events but act as a mechanism to deliver against a requirement for any event, meeting or conference. This framework will operate on a lot by lot basis appropriate to the event requirements of Jisc.

Each lot under this framework will be considered as independent and focus on its specific area of expertise to meet Jisc’s requirements. Each lot will consist of multiple contractors per lot.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
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
Envisaged minimum number: 1
Maximum number: 3
Objective criteria for choosing the limited number of candidates:

As stated in the SQ and ITT documents as per the restricted procedure.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Jisc wishes to set up a Framework Agreement for an initial 2 years with the possibility of extension for up to a further 2 years subject to satisfactory performance.

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

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted 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
Envisaged maximum number of participants to the framework agreement: 11
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: 2018/S 185-418326
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 12/07/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 05/08/2019
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
Duration in months: 6 (from the date stated for receipt of tender)

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:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Jisc Sevices Ltd
Town: Didcot
Postal code: OX11 0SG
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: Jisc Services Ltd
Town: Didcot
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Jisc will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 Article 91 provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Jisc Services Ltd
Town: Didcot
Country: United Kingdom
VI.5)Date of dispatch of this notice:
31/05/2019