The ACC Liverpool Group Limited: Invitation to Tender for the provision of Audio Visual Hire Services

  The ACC Liverpool Group Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Invitation to Tender for the provision of Audio Visual Hire Services
Notice type: Contract Notice
Authority: The ACC Liverpool Group Limited
Nature of contract: Services
Procedure: Open
Short Description: The intention of this tender is to create a framework of preferred Suppliers who will be called upon for the hire of additional technical equipment and services as required for our busy programme of events. This framework will be divided into four lots; Lot 1 General and Specialist AV, Lot 2 Sound, Lot 3 Lighting, Lot 4 Event IT. Please refer to tender document 2 Scope of Services, for a detailed description of the requirements of each lot.
Published: 09/07/2019 17:24
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Liverpool: Television and audio-visual equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             The ACC Liverpool Group
             Kings Dock, Liverpool Waterfront, Liverpool, L3 4FP, United Kingdom
             Tel. +44 1517037261, Email: Purchasing@ACCLiverpool.com
             Contact: Ciara Prunty
             Main Address: https://www.accliverpool.com/
             NUTS Code: UKD72
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Liverpool:-Television-and-audio-visual-equipment./7VA58U635T
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/7VA58U635T to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.delta-esourcing.com/tenders/UK-title/7VA58U635T
      I.4) Type of the contracting authority
            Other type:: Conferencing, Exhibition and Entertainment Venue
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Invitation to Tender for the provision of Audio Visual Hire Services       
      Reference Number: TT000084
      II.1.2) Main CPV Code:
      32320000 - Television and audio-visual equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The intention of this tender is to create a framework of preferred Suppliers who will be called upon for the hire of additional technical equipment and services as required for our busy programme of events. This framework will be divided into four lots; Lot 1 General and Specialist AV, Lot 2 Sound, Lot 3 Lighting, Lot 4 Event IT. Please refer to tender document 2 Scope of Services, for a detailed description of the requirements of each lot.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,562,015       
      Currency: 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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Specialist and General AV       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      32320000 - Television and audio-visual equipment.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Items required for hire in this lot could incluede but not be limited to the following; small to medium Laser, LED data projectors, basic switchers, HDMI/SDI Distro, cue-light systems, video replay equipment, traffic light systems, flipcharts and associated cabling. This may be on a dry-hire basis.High specification LED and/or DLP Laser data projectors (including 4k), Multiple Source Seamless Switching with multiple live outputs, SD and HD Scaling/Conversion equipment, Standard and High Def Matrix’s, Video Playback in PlayBackPro, LED video walls. This may be on a dry-hire basis. HD Broadcast Cameras, HD lenses, Remote Zoom/Focus controls and Fluid Head Tripods. CCU and Vision Mixing equipment. Please refer to tender documet 2 (scope of services) for a detailed overview of requirements.
      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:
      Value excluding VAT: 688,072       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/02/2020 / End: 31/01/2022       
      This contract is subject to renewal: Yes       
      Description of renewals: The duration of the contract is two years with options to extend, at the sole discretion of The ACC Liverpool Group, for two further periods of twelve months. The contract start date is anticipated to be on 1 February 2020. The value advertise in this notice is based on a full four year term.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7VA58U635T       
II.2) Description Lot No. 2
      
      II.2.1) Title: Sound       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      32330000 - Apparatus for sound, video-recording and reproduction.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Items required for this hire could incluedem but not be limited to; Sound equipment
This could include (but is not restricted to) the following items: Speakers, Line Arrays, amplifiers and associated control systems for large and small scale events, microphone(wired and radio), playback system (including CD, mp3 etc.), solid state audio recording, communication systems (including wired and radio communications, back to back radios etc.). This may be on a dry-hire basis.
Sound Operator
Personnel may be required to set up and operate event specific sound equipment including PA systems and control desks as described above.
Associated Responsibilities
The Supplier may be required to carry out Technical Advocacy and Design activities. When required to facilitate particular events, the appointed Supplier may be required to provide technical advice and design services to the Company and their clients as preferred supplier.
      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:
      Value excluding VAT: 381,932       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/02/2020 / End: 31/01/2022       
      This contract is subject to renewal: Yes       
      Description of renewals: The duration of the contract is two years with options to extend, at the sole discretion of The ACC Liverpool Group, for two further periods of twelve months. The contract start date is anticipated to be on 1 February 2020. The value advertise in this notice is based on a full four year term.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The value advertised in this notice is based on a full four year term.
Please refer to the tender document for a full detailed overview of the requirement.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lighting       
      Lot No: Lot 3       
      II.2.2) Additional CPV codes:
      31500000 - Lighting equipment and electric lamps.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Items required for hire in this lot may incluede but no be limited to the following; generic fixtures, intelligent fixtures, LED lanterns, battery powered LED uplighters, dimming systems and lighting control desks (including wireless), special effects. This may be on a dry-hire basis.
(b) Lighting Operator
Personnel may be required to set up and operate event specific lighting equipment including lanterns and control desks as described above.
The Supplier may be required to carry out Technical Advocacy and Design activities. When required to facilitate particular events, the appointed Supplier may be required to provide lighting advice and lighting design services to the Company and their clients as preferred supplier.
      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:
      Value excluding VAT: 379,304       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/02/2020 / End: 31/01/2022       
      This contract is subject to renewal: Yes       
      Description of renewals: The duration of the contract is two years with options to extend, at the sole discretion of The ACC Liverpool Group, for two further periods of twelve months. The contract start date is anticipated to be on 1 February 2020. The value advertise in this notice is based on a full four year term.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The value advertised in this notice is based on a full four year term.
Please refer to the tender document for a full detailed overview of the requirement.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Event IT       
      Lot No: Lot 4       
      II.2.2) Additional CPV codes:
      32320000 - Television and audio-visual equipment.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: Items required for hire in this lot incluede, but are not restricted to the following; Laptop and Desktop PCs
This could include (but is not restricted to) the following items: laptop, MacBook’s, Desktop PC, iMacs, Networking, Backup Storage, supporting a variety of software such as Office 365.
Display and Touch Screen / Digital Signage
This could include (but is not restricted to) the following items: Touch screen kiosks, touch screen tables, E-Poster Boards, LCD/LED HD & 4K screens (32”, 42”, 50”, and 60”) , 3D screens, LED walls, This may be on a dry-hire basis.
IT Engineer
Personnel may be required to set up and operate event specific IT equipment including laptops, E-Posters and servers, screens and other equipment as described above.
Associated Responsibilities
The Supplier may be required to carry out Technical Advocacy and Design activities. When required to facilitate particular events, the appointed Supplier may be required to provide technical advice and design services to the Company and their clients as preferred supplier.
      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:
      Value excluding VAT: 112,706       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/02/2020 / End: 01/02/2022       
      This contract is subject to renewal: Yes       
      Description of renewals: The duration of the contract is two years with options to extend, at the sole discretion of The ACC Liverpool Group, for two further periods of twelve months. The contract start date is anticipated to be on 1 February 2020. The value advertise in this notice is based on a full four year term.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The value advertised in this notice is based on a full four year term.
Please refer to the tender document for a full detailed overview of the requirement.       


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
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   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:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/08/2019 Time: 12:00
            
      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 month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 12/08/2019
         Time: 12:30
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The value advertised in this notice is based on a full four year term.
Please refer to the tender documents for a full detailed overview of the requirement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Liverpool:-Television-and-audio-visual-equipment./7VA58U635T

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7VA58U635T
   VI.4) Procedures for review
   VI.4.1) Review body:
             The ACC Liverpool Group
       Liverpool, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 09/07/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Liverpool: Television and audio-visual equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The ACC Liverpool Group
       Kings Dock, Liverpool Waterfront, Liverpool, L3 4FP, United Kingdom
       Tel. +44 1517037261, Email: Purchasing@ACCLiverpool.com
       Contact: Ciara Prunty
       Main Address: https://www.accliverpool.com/
       NUTS Code: UKD72

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Other type:: Conferencing, Exhibition and Entertainment Venue

   I.5) Main activity:
      Recreation, culture and religion

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Invitation to Tender for the provision of Audio Visual Hire Services            
      Reference number: TT000084

      II.1.2) Main CPV code:
         32320000 - Television and audio-visual equipment.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The intention of this tender is to create a framework of preferred Suppliers who will be called upon for the hire of additional technical equipment and services as required for our busy programme of events. This framework will be divided into four lots; Lot 1 General and Specialist AV, Lot 2 Sound, Lot 3 Lighting, Lot 4 Event IT. Please refer to tender document 2 Scope of Services, for a detailed description of the requirements of each lot.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,562,015
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Specialist and General AV   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            32320000 - Television and audio-visual equipment.


      II.2.3) Place of performance
      Nuts code:
      UKD72 - Liverpool
   
      Main site or place of performance:
      Liverpool
             

      II.2.4) Description of the procurement: Items required for hire in this lot could incluede but not be limited to the following; small to medium Laser, LED data projectors, basic switchers, HDMI/SDI Distro, cue-light systems, video replay equipment, traffic light systems, flipcharts and associated cabling. This may be on a dry-hire basis.High specification LED and/or DLP Laser data projectors (including 4k), Multiple Source Seamless Switching with multiple live outputs, SD and HD Scaling/Conversion equipment, Standard and High Def Matrix’s, Video Playback in PlayBackPro, LED video walls. This may be on a dry-hire basis. HD Broadcast Cameras, HD lenses, Remote Zoom/Focus controls and Fluid Head Tripods. CCU and Vision Mixing equipment. Please refer to tender documet 2 (scope of services) for a detailed overview of requirements.

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 Quality / Weighting: 60
                  
      Cost criterion - Name: Criterion 1 Price / Weighting: 40
            

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7VA58U635T

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Sound   
      Lot No:Lot 2

      II.2.2) Additional CPV code(s):
            32330000 - Apparatus for sound, video-recording and reproduction.


      II.2.3) Place of performance
      Nuts code:
      UKD72 - Liverpool
   
      Main site or place of performance:
      Liverpool
             

      II.2.4) Description of the procurement: Items required for this hire could incluedem but not be limited to; Sound equipment
This could include (but is not restricted to) the following items: Speakers, Line Arrays, amplifiers and associated control systems for large and small scale events, microphone(wired and radio), playback system (including CD, mp3 etc.), solid state audio recording, communication systems (including wired and radio communications, back to back radios etc.). This may be on a dry-hire basis.
Sound Operator
Personnel may be required to set up and operate event specific sound equipment including PA systems and control desks as described above.
Associated Responsibilities
The Supplier may be required to carry out Technical Advocacy and Design activities. When required to facilitate particular events, the appointed Supplier may be required to provide technical advice and design services to the Company and their clients as preferred supplier.

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 Quality / Weighting: 60
                  
      Cost criterion - Name: Criterion 1 Price / Weighting: 40
            

      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: The value advertised in this notice is based on a full four year term.
Please refer to the tender document for a full detailed overview of the requirement.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lighting   
      Lot No:Lot 3

      II.2.2) Additional CPV code(s):
            31500000 - Lighting equipment and electric lamps.


      II.2.3) Place of performance
      Nuts code:
      UKD72 - Liverpool
   
      Main site or place of performance:
      Liverpool
             

      II.2.4) Description of the procurement: Items required for hire in this lot may incluede but no be limited to the following; generic fixtures, intelligent fixtures, LED lanterns, battery powered LED uplighters, dimming systems and lighting control desks (including wireless), special effects. This may be on a dry-hire basis.
(b) Lighting Operator
Personnel may be required to set up and operate event specific lighting equipment including lanterns and control desks as described above.
The Supplier may be required to carry out Technical Advocacy and Design activities. When required to facilitate particular events, the appointed Supplier may be required to provide lighting advice and lighting design services to the Company and their clients as preferred supplier.

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 Quality / Weighting: 60
                  
      Cost criterion - Name: Criterion 1 Price / Weighting: 40
            

      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: The value advertised in this notice is based on a full four year term.
Please refer to the tender document for a full detailed overview of the requirement.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Event IT   
      Lot No:Lot 4

      II.2.2) Additional CPV code(s):
            32320000 - Television and audio-visual equipment.


      II.2.3) Place of performance
      Nuts code:
      UKD72 - Liverpool
   
      Main site or place of performance:
      Liverpool
             

      II.2.4) Description of the procurement: Items required for hire in this lot incluede, but are not restricted to the following; Laptop and Desktop PCs
This could include (but is not restricted to) the following items: laptop, MacBook’s, Desktop PC, iMacs, Networking, Backup Storage, supporting a variety of software such as Office 365.
Display and Touch Screen / Digital Signage
This could include (but is not restricted to) the following items: Touch screen kiosks, touch screen tables, E-Poster Boards, LCD/LED HD & 4K screens (32”, 42”, 50”, and 60”) , 3D screens, LED walls, This may be on a dry-hire basis.
IT Engineer
Personnel may be required to set up and operate event specific IT equipment including laptops, E-Posters and servers, screens and other equipment as described above.
Associated Responsibilities
The Supplier may be required to carry out Technical Advocacy and Design activities. When required to facilitate particular events, the appointed Supplier may be required to provide technical advice and design services to the Company and their clients as preferred supplier.

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 Quality / Weighting: 60
                  
      Cost criterion - Name: Criterion 1 Price / Weighting: 40
            

      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: The value advertised in this notice is based on a full four year term.
Please refer to the tender document for a full detailed overview of the requirement.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 133-327105
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: TT000084    
   Lot Number: 1    
   Title: General and Specialist AV

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/11/2019

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             FIX8Group (Manchester) Ltd
             Unit A, Oakden Drive, Manchester, M34 2QN, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Adlib Audio Limited
             Kitling Road, Knowsley Business Park, Knowsley, L34 9JS, United Kingdom
             NUTS Code: UKD7
            The contractor is an SME: Yes
         
         Contractor (No.3)
             A to V Ltd
             Unit 15 Clayton Court, Manchester, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Massive Technical Solutions Ltd
             Unit 3c Jct 21 Business Park, Manchester, OL9 9QH, United Kingdom
             NUTS Code: UKD3
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 688,072          
         Total value of the contract/lot: 688,072
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Sound

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/11/2019

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             DBS Solutions North West Ltd
             WatkinsonBlack, 1st Floor, Warrington, United Kingdom
             NUTS Code: UKD61
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Adlib Audio Ltd
             Kitling Road, Merseyside, L34 9JS, United Kingdom
             NUTS Code: UKD7
            The contractor is an SME: Yes
         
         Contractor (No.3)
             IE PRODUCTION SERVICES LTD
             Unit 9, Parliament Business Centre, Liverpool, L8 7BL, United Kingdom
             NUTS Code: UKD7
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Massive Technical Solutions Ltd
             3c Jct 21 Business Park, Manchester, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 381,932          
         Total value of the contract/lot: 381,932
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Lighting

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/11/2019

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             DBS Solutions North West Ltd
             WatkinsonBlack, 1st Floor, Warrington, United Kingdom
             NUTS Code: UKD61
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Adlib Audio Limited
             Kitling Road, Merseyside, L34 9JS, United Kingdom
             NUTS Code: UKD7
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Massive Technical Solutions Ltd
             3c Jct 21 Business Park, Manchester, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 379,304          
         Total value of the contract/lot: 379,304
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Event IT

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/11/2019

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Adlib Audio Ltd
             Kitling Road, Merseyside, United Kingdom
             NUTS Code: UKD7
            The contractor is an SME: Yes
         
         Contractor (No.2)
             A to V Ltd
             Unit 15 Clayton Court, Manchester, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes
         
         Contractor (No.3)
             FIX8Group Ltd
             Unit A, Oakden Drive, Manchester, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Information Technology Rentals Limited
             Halesfield 7, Telford, United Kingdom
             NUTS Code: UKG21
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 112,706          
         Total value of the contract/lot: 112,706
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The value advertised in this notice is based on a full four year term.
Please refer to the tender documents for a full detailed overview of the requirement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=469156387

   VI.4) Procedures for review

      VI.4.1) Review body
          The ACC Liverpool Group
          Liverpool, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 03/02/2020