Tender

205_22 – Electrical Goods and Accessories

  • ESPO

F02: Contract notice

Notice identifier: 2021/S 000-017700

Procurement identifier (OCID): ocds-h6vhtk-02cc92

Published 26 July 2021, 4:22pm



The closing date and time has been changed to:

3 September 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

Leicester

LE19 1ES

Contact

Catalogue Procurement Team

Email

tenders@espo.org

Telephone

+44 1162944149

Country

United Kingdom

NUTS code

UKF21 - Leicester

Internet address(es)

Main address

http://www.espo.org/

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://www.eastmidstenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.eastmidstenders.org/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

205_22 – Electrical Goods and Accessories

Reference number

205_22

two.1.2) Main CPV code

  • 39710000 - Electrical domestic appliances

two.1.3) Type of contract

Supplies

two.1.4) Short description

A Framework for the supply of electrical goods (white and brown), presentation equipment, computer consumables, cameras and associated accessories.

Items bought through the framework are to be delivered in bulk to the ESPO Distribution Centre and to be delivered directly to individual ESPO customers in varying quantities on a national basis.

To tender: (a) Go to www.eastmidstenders.org, (b) Register (c) Search for tender opportunity ‘205_22’ d) Express an interest (e) Access and download the tender from the website.

two.1.5) Estimated total value

Value excluding VAT: £14,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Electrical Appliances

Lot No

1

two.2.2) Additional CPV code(s)

  • 30213200 - Tablet computer
  • 32324100 - Colour televisions
  • 32324300 - Television equipment
  • 39711000 - Electrical domestic appliances for use with foodstuffs
  • 39711100 - Refrigerators and freezers
  • 39711110 - Refrigerator-freezers
  • 39711120 - Freezers
  • 39711121 - Chest-type freezers
  • 39711122 - Household freezers
  • 39711123 - Upright-type freezers
  • 39711124 - Industrial freezers
  • 39711130 - Refrigerators
  • 39711300 - Electrothermic appliances
  • 39711330 - Electric toasters
  • 39711360 - Ovens
  • 39711361 - Electric ovens
  • 39711362 - Microwave ovens
  • 39711400 - Roasters, hobs, hotplates and boiling rings
  • 39713000 - Electrical domestic appliances for cleaning; smoothing irons
  • 39713100 - Dishwashing machines
  • 39713200 - Clothes-washing and drying machines
  • 39713210 - Washer/dryers
  • 39713211 - Drying and pressing unit
  • 39713500 - Electric irons
  • 39713510 - Steam irons
  • 39715100 - Electric instantaneous or storage water heaters and immersion heaters
  • 39717200 - Air-conditioning appliances
  • 39721410 - Gas appliances

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply of domestic electrical appliances for delivery as stock items to the ESPO Distribution Centre, Leicester and for direct delivery to individual ESPO customers, on a national basis.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £12,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

31 March 2024

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: Yes

Description of 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.

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) Description

two.2.1) Title

Audio, Visual and Presentation Equipment

Lot No

2

two.2.2) Additional CPV code(s)

  • 30231320 - Touch screen monitors
  • 32321000 - Television projection equipment
  • 32321200 - Audio-visual equipment
  • 32321300 - Audio-visual materials
  • 32340000 - Microphones and loudspeakers
  • 32341000 - Microphones
  • 32342100 - Headphones
  • 32343200 - Megaphones
  • 32351000 - Accessories for sound and video equipment
  • 38652120 - Video projectors

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply of consumer and educational audio/visual products for delivery as stock items to the ESPO Distribution Centre, Leicester and for direct delivery to individual ESPO customers, on a national basis.

Products to include (but not be limited to):

• Visualisers

• Interactive touchscreens

• Headphone sets

• Headphone and CD/radio/cassette player sets

• Audio players

• PA systems

• SVGA/XGA/WXGA multimedia projectors

• Full HD/3D multimedia projectors

• Short throw projectors

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

31 March 2024

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: Yes

Description of 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.

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) Description

two.2.1) Title

Computer Consumables

Lot No

3

two.2.2) Additional CPV code(s)

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30233132 - Hard-disk drives
  • 30233151 - Compact disk (CD) reader and/or burner
  • 30233152 - Digital versatile disc (DVD) reader and/or burner
  • 30233180 - Flash memory storage devices
  • 30234300 - Compact disks (CDs)
  • 30234400 - Digital versatile disks (DVDs)
  • 30234600 - Flash memory
  • 30237000 - Parts, accessories and supplies for computers
  • 30237200 - Computer accessories
  • 30237220 - Mousepads
  • 30237250 - Computer cleaning accessories
  • 30237251 - Computer cleaning kits
  • 30237252 - Pressurised air dusters
  • 30237270 - Portable computer carrying cases
  • 30237290 - Keyboard wrist rests
  • 30237300 - Computer supplies
  • 30237410 - Computer mouse
  • 30237460 - Computer keyboards

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply of computer consumable products for delivery as stock items to the ESPO Distribution Centre, Leicester and for direct delivery to individual ESPO customers, on a national basis.

Products to include (but not be limited to):

• Media storage (CDs, DVDs)

• ESPO Smartbuy USB storage (own brand memory sticks)

• General USB storage (memory sticks, hard drives, cables)

• PC, laptop and tablet accessories (computer peripherals)

• Computer cleaning (wipes, spraydusters, cloths)

• Comfort and posture aids (wrist supports, ergonomic workstations and accessories)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

30 March 2024

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: Yes

Description of 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.

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) Description

two.2.1) Title

Cameras and Photographic Equipment

Lot No

4

two.2.2) Additional CPV code(s)

  • 38650000 - Photographic equipment
  • 38651000 - Cameras
  • 38651600 - Digital cameras

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply of photographic cameras and associated equipment for delivery as stock items to the ESPO Distribution Centre, Leicester and for direct delivery to individual ESPO customers, on a national basis.

Products to include (but not be limited to):

• Compact digital cameras

• Digital SLR cameras

• Camcorders

• Associated equipment

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2022

End date

1 April 2024

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: Yes

Description of 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.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The minimum financial requirement for the purposes of the current tender exercise is stated in the procurement documents.

This framework 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 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 several operators

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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

25 August 2021

Local time

12:00pm

Changed to:

Date

3 September 2021

Local time

12:00pm

See the change notice.

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 August 2021

Local time

12:00pm


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

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.