- Scope of the procurement
- Lot 1. Construction Kits, Modelling Kits & Educational Sets, Coding & Robotics Educational Sets, Badge Making Equipment, D&T Components, Electronics Equipment & Components, Tools, Accessories & Furniture
- Lot 2. Construction Kits, Modelling Kits & Educational Sets, D&T Components, Glue Guns & Glue Sticks, Spray Paints
Section one: Contracting authority
one.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
LEICESTER
LE19 1ES
Contact
Catalogue Procurement Team
Country
United Kingdom
Region code
UKF22 - Leicestershire CC and Rutland
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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
199_23 Design and Technology Materials and Equipment
Reference number
199_23
two.1.2) Main CPV code
- 39162000 - Educational equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply of Design and Technology materials and equipment for use in schools.
Requirements include the supply of:
• Construction Kits
• Modelling Kits and Educational Sets
• Coding and Robotics, Educational Sets
• Badge Making Equipment
• D&T Components
• Electronics Equipment and Components
• Tool, Accessories and Furniture
• Glue Guns and Glue Sticks
• Spray Paints
Goods are for delivery to ESPO, Leicester and direct to customers.
To tender: (a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '199_23' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest; (e) Download the tender from the website (documents can be found in the first question of the Online Questionnaire, but to see these you will first need to click on "Start my response" followed by "Edit" next to the Question set, and "Answer question" next to the first question).
two.1.5) Estimated total value
Value excluding VAT: £2,400,000
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
Construction Kits, Modelling Kits & Educational Sets, Coding & Robotics Educational Sets, Badge Making Equipment, D&T Components, Electronics Equipment & Components, Tools, Accessories & Furniture
Lot No
1
two.2.2) Additional CPV code(s)
- 03415000 - Softwood
- 31711100 - Electronic components
- 37524900 - Game kits
- 39162100 - Teaching equipment
- 39241100 - Knives
- 42715000 - Sewing machines
- 44511000 - Hand tools
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
All items for use in educational environments; construction kits, recordable teaching aid devices, electricity kits textiles machinery, classroom kits, robotics, programmable systems, 3D printers and accessories, badge making machines and accessories.
Items include wood, acrylic and modelling material packs, D&T and cardboard components, glue guns and glue sticks, a variety of spray paints all for use in educational environments.
Delivery to ESPO, Leicester or individual customer establishments.
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: £1,120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 March 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 21 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Construction Kits, Modelling Kits & Educational Sets, D&T Components, Glue Guns & Glue Sticks, Spray Paints
Lot No
2
two.2.2) Additional CPV code(s)
- 03415000 - Softwood
- 24910000 - Glues
- 37524900 - Game kits
- 39162100 - Teaching equipment
- 42715000 - Sewing machines
- 44810000 - Paints
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
All items for use in educational environments; construction kits, recordable teaching aid devices, electricity kits textiles machinery, classroom kits, robotics, programmable systems, 3D printers and accessories, badge making machines and accessories.
Items include wood, acrylic and modelling material packs, D&T and cardboard components, glue guns and glue sticks, a variety of spray paints all for use in educational environments.
Delivery to ESPO, Leicester or individual customer establishments.
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: £1,280,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 March 2025
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 21 months. The total estimated value stated in Section II.1.5 includes the option period.
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
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
Date
28 October 2022
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 October 2022
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
LONDON
WC2A 2LL
Country
United Kingdom
Internet address
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.