Section one: Contracting authority
one.1) Name and addresses
Kent County Council (t/a KCS)
Head Office, 1 Abbey Wood Group, Kings Hill
West Malling
ME19 4YT
Contact
Mr Ian Day
Telephone
+44 1622236697
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
http://www.commercialservices.org.uk
Buyer's address
http://www.commercialservices.org.uk
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=024e8731-0866-eb11-8108-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=024e8731-0866-eb11-8108-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Digital Science Equipment Catalogue – Y21022
Reference number
DN524787
two.1.2) Main CPV code
- 39162000 - Educational equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Supplier shall provide an online digital catalogue of Science equipment that KCS will promote via its own ‘webshop’. The catalogue will be accessible to KCS customers and will supplement the KCS products, services and catalogues.
NB – this is for Science Equipment only, there is no Chemical requirement
The following outlines the minimum expectations of the catalogue.
General Requirements
Complete range of Science Equipment to cover all school key stages include EYFS, KS1 to 5 and higher and further education levels.
• Full digital page turn-able online PDF catalogue (built jointly). Catalogue to be provided in PDF Format and where possible available in ‘indesign’ file.
• Full product range available in editable CSV files. CSV headings to be provided by KCS post award.
• Full product range to be included will be determined post award.
• Run in conjunction with KCS catalogue periods.
o 2021 - April to December (pro-rated dependant on start date)
o 2022 and beyond – January to December
• No price changes in ‘catalogue’ year (see above)
• Advertised pricing will be supplier standard pricing.
• Each product purchased will be discounted to KCS at the agreed rate.
• The majority of orders will be priced inclusive of delivery. Exceptions will be agreed post award.
• Branding will be KCS.
• All products must conform as a minimum to British Standards or equivalent relating to the provision of Science equipment – a list of standards is attached at Schedule 3
• Products destined for international customers will be delivered to a designated KCS warehouse (this could be various locations throughout the UK)
• Product coding will be discussed and agreed prior to publication.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39162000 - Educational equipment
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The Supplier shall provide an online digital catalogue of Science equipment that KCS will promote via its own ‘webshop’. The catalogue will be accessible to KCS customers and will supplement the KCS products, services and catalogues.
NB – this is for Science Equipment only, there is no Chemical requirement
The following outlines the minimum expectations of the catalogue.
General Requirements
Complete range of Science Equipment to cover all school key stages include EYFS, KS1 to 5 and higher and further education levels.
• Full digital page turn-able online PDF catalogue (built jointly). Catalogue to be provided in PDF Format and where possible available in ‘indesign’ file.
• Full product range available in editable CSV files. CSV headings to be provided by KCS post award.
• Full product range to be included will be determined post award.
• Run in conjunction with KCS catalogue periods.
o 2021 - April to December (pro-rated dependant on start date)
o 2022 and beyond – January to December
• No price changes in ‘catalogue’ year (see above)
• Advertised pricing will be supplier standard pricing.
• Each product purchased will be discounted to KCS at the agreed rate.
• The majority of orders will be priced inclusive of delivery. Exceptions will be agreed post award.
• Branding will be KCS.
• All products must conform as a minimum to British Standards or equivalent relating to the provision of Science equipment – a list of standards is attached at Schedule 3
• Products destined for international customers will be delivered to a designated KCS warehouse (this could be various locations throughout the UK)
• Product coding will be discussed and agreed prior to publication.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To gain access and complete the necessary documents please follow the instruction below
Visit - WWW.Kentbusinessportal.org.uk
Select - Opportunities
Select Organisation - Commercial Services
Select the opportunity appropriate to you from the list provided
Express interest - you may need to register first
Once successful expression is completed you can access and complete the requirements in two ways
1 - when you register you will receive a successful registration email, this also contains an link taking you direct to the opportunity
2 - when you log in to proactis go to my activities, select commercial services and you will be presented with the opportunity.
Following the instruction from herein
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 March 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 March 2021
Local time
2:10pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Commercial Services Kent Ltd
1 Abbey Wood Road, Kings HIll
West Malling
ME19 4YT
Country
United Kingdom