Supply of Audio Visual and Presentation Equipment to ESPO
The supply of audio, visual and presentation equipment including: Televisions, Educational and Consumer Tablet Computers. 7 Lots.
United Kingdom-Leicester: Television and audio-visual equipment
2018/S 182-411574
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Barnsdale Way, Grove Park, Enderby
Leicester
LE19 1ES
United Kingdom
Contact person: Mr Edward Farnworth
Telephone: +44 1162944166
E-mail: tenders@espo.org
NUTS code: UKF21
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
4_19 — Supply of Audio, Visual and Presentation Equipment
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The supply of audio, visual and presentation equipment including:
— Televisions,
— Educational and Consumer Tablet Computers,
— Visualisers,
— Interactive Touchscreens,
— Audio Players and Accessories,
— Multimedia Projectors,
— AV Accessories.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
To tender:
(a) Go to www.eastmidstenders.org;
(b) Register;
(c) Search for tender opportunity ‘4_19’;
d) Express an interest;
(e) Download the tender from the website.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Televisions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— TV/DVD Combi TVs,
— 1080p Smart TVs,
— 4k UHD Smart TVs,
— Blu ray players.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Educational and Consumer Tablets
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Consumer tablet computers
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Visualisers
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Visualisers
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Interactive Touchscreens
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Interactive touchscreens
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Audio Players and Accessories
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— Headphone sets,
— Megaphones,
— Headphone and CD/radio/cassette player sets,
— Audio players,
— PA systems.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Multimedia Projectors
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— SVGA/XGA/WXGA multimedia projectors,
— Full HD/3D multimedia projectors,
— Short throw multimedia projectors.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
AV Accessories
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Television wall mounting brackets and security locking brackets
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
This contract will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.
Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Limited.
Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Barnsdlae Way, Grove Park, Enderby
Leicester
LE19 1ES
United KingdomInternet address: www.espo.org
VI.4.3)Review procedure
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice: