By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Interactive technologies, audio visual solutions and associated equipment.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Kent County Council
Procurement - Commercial Services, Gibson Drive, Kings Hill, Kent
Contact point(s): Please see advertisement at www.businessportal.southeastiep.gov.uk
For the attention of: Please see advertisement at www.businessportal.southeastiep.gov.uk
ME19 4QG West Malling
UNITED KINGDOM

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Interactive technologies, audio visual solutions and associated equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Those Authorities and Organisations who advised that they will be using the agreement from the outset are:
Eastern Shires Purchasing Organisation (ESPO).
North East Procurement Organisation (NEPO).
Central Buying Consortium (CBC).
The following CBC members have indicated that they wish to access the agreement from the outset.
Kent County Council.
Hampshire County Council.
Suffolk County Council.
Dorset County Council.
Hertfordshire County Council.
Buckinghamshire County Council.
The agreement/contract will also be accessible to all members, affiliates and associates of the PRO5 Group, Regional Improvement and Efficiency Partnerships (RIEP), the Police Service, the Fire Service, the NHS & NHS Trusts, third sector organisations, academic centres, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom and Northern Ireland. Access to this agreement shall be subject to the agreement of the Pro5 Group Member.
Current members of the regional improvement and efficiency partnerships can be found at:

East Midlands: http://www.eastmidlandsiep.gov.uk,

London: http://www.capitalambition.gov.uk,

East: http://www.improvementeast.gov.uk,

North East: http://www.northeastiep.gov.uk,

North West: http://www.nwce.gov.uk.

South East: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/DG_4003647,

South West: http://www.swcouncils.gov.uk.

Information on other public bodies, third sector organisations, academic centres and publicly funded organisations can be found at:

www.southeastiep.gov.uk / www.direct.gov.uk / www.edubase.gov.uk / www.schoolswebdirectory.co.uk / http://www.direct.gov.uk/ www.police-information.co.uk / www.nhs.uk / www.attorneygeneral.gov.uk / www.charitycommission.gov.uk / www.idea.gov.uk / www.fireservice.co.uk / www.opsi.gov.uk / www.espo.org/ojeu-framework-permissible-users

The Pro5 Group consists of the following:
- Central Buying Consortium (CBC),
- Eastern Shires Purchasing Organisation (ESPO),
- North East Procurement Organisation (NEPO),
- West Mercia Supplies (WMS),
- Yorkshire Purchasing Organisation (YPO).

For information, a complete list of the current PRO5 membership is listed at: www.espo.org/ojeu-framework-permissible-users.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 25

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 15 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
In accordance with best procurement practice, EU & UK Procurement Directives & Regulations and Kent County Council’s Standing Orders, Kent County Council (the Contracting Authority), on behalf of the PRO5 Group wishes to create an accessible multi-supplier framework agreement (the agreement) split into 5 (five) individual LOTS for the supply and delivery of Interactive Technologies, Audio Visual Solutions & Associated Equipment - Y12072.
Lot 1 - interactive technologies, audio visual solutions & associated equipment.
Lot 2 - televisions and associated equipment.
Lot 3 - sound solutions including portable PA Systems.
Lot 4 - accessories to sound solutions & portable PA Systems.
Lot 5 - soundfield systems - portable & installed.
II.1.6)Common procurement vocabulary (CPV)

39162000, 32000000, 32320000, 32351300

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Interactive technologies, audio visual solutions & associated equipment
1)Short description
Lot 1 is primarily concerned with the provision of interactive technologies & associated equipment contributing to a collaborative and engaging learning environment. Supporting audio (lots 3-5) provides an interactive foundation to assist teachers and learners to face the challenges ahead in the current economic climate.
Lot 1 will command the majority of this framework spend.
2)Common procurement vocabulary (CPV)

39162000, 32000000, 32320000, 32351300

3)Quantity or scope
Tenderer(s) are advised that lot 1 will include, but is not limited to the following product/service areas during the framework duration:
Interactive whiteboards,
Multi-touch interactive whiteboards,
Mobile interactive whiteboard systems,
Enterprise licensing / software of manufacturer operating systems,
Interactive projectors,
‘Lamp free’ projectors,
Short-throw projectors,
Ultra-short-throw projectors,
3D projectors,
Visualizers / document cameras,
Response systems,
Software licensing of response systems for the enterprise and handheld devices,
Interactive tables,
Interactive learning centres,
Interactive multi-touch displays,
Interactive plasma screens,
Interactive LCD screens,
Interactive display technology,
Wireless slates,
Room control systems,
Digital signage,
Video conferencing systems,
Audio conferencing systems,
Ceiling speakers,
Voice reinforcement/amplification systems,
IPTV,
Wireless keyboard & mouse,
Networking,
Installation,
Training,
Lamps,
Spares,
Cables/leads,
Service packages,
Maintenance packages,
Multi-media trolleys,
Multi-media stands,
Multi-media cabinets,
Lecterns,
Ceiling mounts,
Multi-media security including projector cages etc.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Televisions and associated equipment
1)Short description
Television is a visually stimulating and interesting medium to children. Therefore, it can be used to assist reluctant learners by creating interest and removing pressure that can accompany traditional learning techniques.
Television is a useful educational tool if used correctly and in moderation. Television can assist with academic learning and also children’s social and emotional development.
2)Common procurement vocabulary (CPV)

39162000, 32000000, 32320000, 32351300

3)Quantity or scope
Tenderer(s) are advised that lot 2 will include, but is not limited to the following product/service areas during the framework duration:
LCD TV’s,
Backlit LED LCD TV’s,
LED TV’s,
OLED TV’s,
Plasma TV’s,
3D TV’s,
Internet TV or derivatives there of,
TV Combinations or derivatives there of,
DVD players / recorders,
Blu Ray players / recorders,
Blu Ray wireless devices,
3D Blu Ray players / recorders,
Digital TV recorders or derivatives there of,
Installation,
Television wall brackets,
HDMI cables, scart leads & accessories,
Video senders.
Installation.
As part of this LOT some customers may require installation.
Installation services if required will be specified as part of mini-competition or order.
Associated equipment.
Pro5 would estimate that with the advent of technologically slimmer televisions may ultimately be the demise of traditional stands and trolleys for television. More & more educational customers will likely use more innovative methods of installation as a means of showcasing televisions within their establishment.
Television trolleys, stands and cabinets will form the backbone of this lot and whilst spend is diminishing, it needs to be taken into account that the educational market is behind the consumer market and where a school does not have any additional funding like an Academy for instance, they may not be as technologically advanced as a result.
Tenderer(s) are advised associated equipment will include, but is not limited to the following product/service areas during the framework duration:
Television stands,
LCD trolleys,
LCD stands,
Plasma trolleys,
Plasma stands,
TV fitting kits including stabiliser brackets/arms and/or safety kits,
TV cabinets,
AV trolleys.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Sound solutions including portable PA Systems
1)Short description
An educationally robust sound system should ideally stand the test of time (subject to classroom, hall or external use as deemed appropriate to the devices intended use and excluding any misuse by the end user). Sound has typically involved individual or group listening in classrooms, halls or for public performance use.
Pro5 is looking for the provision of products that are of a robust construction with an emphasis of design specifically suitable for the education market.
2)Common procurement vocabulary (CPV)

39162000, 32000000, 32320000, 32351300

3)Quantity or scope
Tenderer(s) are advised that this lot will include, but is not limited to the following product/service areas during the framework duration:
Portable PA system,
Portable PA system wireless companion speaker,
Portable PA system wired companion speaker,
Installed PA system,
Shoebox style tape recorder,
CD player,
CD player & cassette recorder,
CD recorder,
CD recorder and cassette recorder,
CD, radio & cassette player,
CD, radio & cassette player with MP3 playback,
Portable CD player,
Educational MP3 player,
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Accessories to sound solutions and portable PA Systems
1)Short description
This lot will primarily include microphones, headphones, and loudhailers etc. that support amplification (LOT 3).
2)Common procurement vocabulary (CPV)

39162000, 32000000, 32320000, 32351300

3)Quantity or scope
Tenderer(s) are advised that lot 4 will include, but is not limited to the following product/service areas during the framework duration:
Mono headphones,
Stereo headphones,
Multimedia headphones.
Headphone class packs,
Switchable mono/stereo headphones,
Microphone desk stands,
Microphone floor stands,
Jack socket to jack socket adapter (jack coupler/joiner),
Twin jack socket to jack plug adapter (jack plug double adapter),
Stereo to mono adapter,
Distribution / junction box,
Language learning products,
Dynamic microphone,
Lightweight loudhailer,
Loudhailer,
High - output loudhailer,
*Where jack plugs or adapters are referred to above, it should be noted that both Mono & Stereo types of equipment would be catered for within this agreement and that these plugs/adapters would typically be gold and nickel (where applicable).
Most products above will also be available coiled / straight lead, different cable lengths and in a range of colours.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Soundfield systems - portable and installed
1)Short description
Lot 5 is for the supply, delivery and installation of audio to enhance primarily a classroom environment. Studies have shown the market the benefits and advantages of audio/voice enhancement, amplification, SoundField, Sound Field Voice Reinforcement System and many other names that may exist for this product type. Such studies have gone on to show how such systems could improve academic performance and potentially test results.
2)Common procurement vocabulary (CPV)

39162000, 32000000, 32320000, 32351300

3)Quantity or scope
Whilst a classroom or hall environment is the primary location for products covered under this lot, Pro5 by no means wishes to limit the framework to only school or Academy use and sees no reason why such technology and products could not be used in care, industrial and commercial premises as well, with the appropriate guidance and consultation provided to the end user/Participating Authority by the awarded supplier on the product/solution that will meet their specific requirements.
Soundfield Systems will invariably be used in a classroom with Interactive Whiteboard/technologies in situ. Soundfield Systems that require installation will either be pre-installed in advance of Interactive Technologies in a classroom or at the same time in the case of a new build requirement etc. More recent Soundfield Systems can be retro fitted after an Interactive Whiteboard or alternative Interactive Technology has been installed. This lot would also include installed PA System(s) as the same installation capability/criteria would apply. Installed PA Systems would be undertaken utilising a mini competition of awarded supplier(s) under this LOT.
Suppliers may be required to undertake site surveys/ visits in order to assess and adviser the End user of the most appropriate choice of Soundfield.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Y12072
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
13.2.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The closing date for submission of full and final tenders is 12:00 noon on 13.2.2012. Tenders submitted after this date will not be accepted.
Any questions or clarifications must be submitted through the ProContract portal no later than 6.2.2012. The Contracting Authority will endeavour to answer all questions and clarification requests prior to the submission date, however those received after the 6.2.2012 may not be answered.

This opportunity will be completed electronically via ProContract, a site run by Due North. Interested organisations should go to www.businessportal.southeastiep.gov.uk to register and express interest. Once you have successfully expressed interest via the portal you will be sent an email directing you to the ProContract site from which you will be able to access and download the invitation to tender documentation and any other relevant information. This email should be retained, as it will contain your direct link to the ProContract portal, for information purposes only the link is www.businessportal.southeastiep.gov.uk/procontract/supplier.nsf do not use this link now.

Tenderers should also note that final submissions must be made via ProContract, no other submission route is permitted. Failure to follow this path may result in the tender submission being disregarded.
All documents pertaining to this opportunity will be available for download via the procontract portal from the outset. Please ensure you are able to download all files immediately after accessing the ProContract portal.
It is not envisaged that the tender process leading to the creation of the agreement will involve an electronic auction process. However, Participating Authorities may elect to execute an electronic auction as part of any future mini competitions under this agreement.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
23.12.2011

Other interesting websites