UK-London: Audio-visual materials.

UK-London: Audio-visual materials.
Section I: Contracting Authority
I.1) Name and addresses
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Email: FPSProcurement@fca.org.uk
Contact: Raj Sandhu
Main Address: https://fca.delta-esourcing.com, Address of the buyer profile: https://fca.delta-esourcing.com
NUTS Code: UKI
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-London:-Audio-visual-materials./E8J29JKG8P
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: CON-18-196 Event Production and Audio Visual Services
Reference Number: CON-18-196
II.1.2) Main CPV Code:
32321300 - Audio-visual materials.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The FCA is seeking Event Production and Audio Visual service providers that will support its communications activities from minor briefings to major conferences. A supplier that can:
•support our evolving AV needs – staging, sound and vision for a varied portfolio of events from small briefings to large conferences
•be reactive to changing industry environment, suggesting solutions that will enable us to be ahead of the game particularly in the digital media space
•work as an extension of our in-house team
•deliver creative visuals in line with FCA branding
•work in line with our value-for-money objective
•be responsive and able to offer flexibility of approach in terms of delivery schedules and changing event requirements

The FCA are seeking best in class supplier(s) therefore this requirement is split into 2 Lots:
Lot 1 – Live Events Production
Lot 2 – Digital Events (webcasts and webinars)
II.1.5) Estimated total value:
Value excluding VAT: 3,750,000
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: 2
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: Lot 1 – Live Events Production
Lot No: 1
II.2.2) Additional CPV codes:
32320000 - Television and audio-visual equipment.
32343100 - Audio-frequency amplifiers.
32351300 - Audio equipment accessories.
32321200 - Audio-visual equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The FCA is looking to appoint a single supplier for Live Event Productions include Regional Workshops & One-day or two-day conferences across the UK.
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: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: There is a 2 year extension option available and the estimated value including the extension option is £3m. Once all extension periods have been exhausted the Contract will be subject to renewal.

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: Not provided
II.2) Description Lot No. 2

II.2.1) Title: Lot 2 – Digital Events (webcasts and webinars)
Lot No: 2
II.2.2) Additional CPV codes:
30237240 - Web camera.
48222000 - Web server software package.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The FCA is looking to appoint a single supplier for a cost-effective solution for live webcasts and webinars, which will then be made available for on-demand viewing shortly after.
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: 750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: There is a 2 year extension option available and the estimated value including the extension option is £750,000. Once all extension periods have been exhausted the Contract will be subject to renewal.

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: Not provided


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 - NO
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: 18/07/2019 Time: 13:00

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: 18/07/2019
Time: 13:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2023
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fca.delta-esourcing.com/tenders/UK-UK-London:-Audio-visual-materials./E8J29JKG8P

To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/E8J29JKG8P
VI.4) Procedures for review
VI.4.1) Review body:
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Email: FPSProcurement@fca.org.uk
Internet address: www.fca.org.uk
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: 13/06/2019

Annex A