UK-West Malling: Audio-visual equipment.
UK-West Malling: Audio-visual equipment.
Section I: Contracting Authority
		I.1) Name and addresses
				 Kent County Council (T/A Procurement Services)
				 1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
				 Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
				 Contact: Tamara Stevens
				 Main Address: https://www.commercialservices.org.uk/
				 NUTS Code: UK
		I.2) Joint procurement
		The contract involves joint procurement:  No.
		In the case of joint procurement involving different countries, state applicable national procurement law:  Not provided 		
		The contract is awarded by a central purchasing body:  Yes.
		I.3) Communication
		The procurement documents are available for unrestricted and full direct access, free of charge, at:    https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Audio-visual-equipment./SUF6J92HC4 
		Additional information can be obtained from:  the abovementioned address 
		Tenders or requests to participate must be sent  to the abovementioned address 		
		Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:  Not provided 
		I.4) Type of the contracting authority
				Regional or local authority 
		I.5) Main activity
				General public services
Section II: Object
II.1) Scope of the procurement
		II.1.1) Title:  Supply of Audio-Visual Solutions 		
		Reference Number:   Y34003 
		II.1.2) Main CPV Code: 
		32321200 - Audio-visual equipment.
 
		II.1.3) Type of contract:  SUPPLIES 
		II.1.4) Short description:  Services may include but not be limited to the list below.  Please see Annex D where there will be an area to declare what Goods/Services you are able to provide.
•Asset Management
•Associated Software 
•Auditing of Existing Equipment
•Auditorium Solutions 
•Conferencing Systems 
•Digital Signage 
•End User Support
•Hearing Assistance (Hearing Loops) 
•Hybrid Working Solutions 
•Image Capture Devices 
•Installation
•Integration
•Interactive Learning Technology 
•Interactive Products and Solutions 
•Maintenance 
•Outdoor Systems 
•Project Management
•Projectors 
•Replacement Parts, including Lamps 
•School Hall Audio Solutions 
•Service Desk
•Service and Maintenance 
•Software Licensing of Audio-Visual Solutions 
•Sound Systems 
•Specialist Advice and Solutions
•Training
•Video Wall 
•Virtual Reality 
•Visitor Management Systems 
•Visual Products, including TV’s 		
		II.1.5) Estimated total value:
		Value excluding VAT:  200,000,000 		
		Currency:  GBP 
		II.1.6) Information about lots:
		This contract is divided into lots: No 		
	
II.2) Description
    		
		II.2.2) Additional CPV codes:
		32320000 - Television and audio-visual equipment.
		32321200 - Audio-visual equipment.
		32321300 - Audio-visual materials.
		50340000 - Repair and maintenance services of audio-visual and optical equipment.
		38652100 - Projectors.
		32342410 - Sound equipment.
		32321000 - Television projection equipment.
		51310000 - Installation services of radio, television, sound and video equipment.
		32324000 - Televisions.
		32232000 - Video-conferencing equipment.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Services may include but not be limited to the list below.  Please see Annex D where there will be an area to declare what Goods/Services you are able to provide.
•Asset Management
•Associated Software 
•Auditing of Existing Equipment
•Auditorium Solutions 
•Conferencing Systems 
•Digital Signage 
•End User Support
•Hearing Assistance (Hearing Loops) 
•Hybrid Working Solutions 
•Image Capture Devices 
•Installation
•Integration
•Interactive Learning Technology 
•Interactive Products and Solutions 
•Maintenance 
•Outdoor Systems 
•Project Management
•Projectors 
•Replacement Parts, including Lamps 
•School Hall Audio Solutions 
•Service Desk
•Service and Maintenance 
•Software Licensing of Audio-Visual Solutions 
•Sound Systems 
•Specialist Advice and Solutions
•Training
•Video Wall 
•Virtual Reality 
•Visitor Management Systems 
•Visual Products, including TV’s 
		II.2.5) Award criteria:
				Price is not the only award criterion and all criteria are stated only in the procurement documents				
		II.2.6) Estimated value: 
		Value excluding VAT:  200,000,000  		
		Currency:  GBP  		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in days: 48 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  No 
		II.2.13) Information about European Union funds: 
		The procurement is related to a project and/or programme financed by European Union funds:   No 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document. 		
Section III: Legal, Economic, Financial And Technical Information
	III.1) Conditions for participation
		III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
		List and brief description of conditions: 			
		Not Provided 		
		III.1.2) Economic and financial standing 		
		List and brief description of selection criteria: 		
		Not Provided 	
		Minimum level(s) of standards possibly required (if applicable) : 		
		Not Provided 	
		III.1.3) Technical and professional ability 
		List and brief description of selection criteria: 		
		Not Provided		
		Minimum level(s) of standards possibly required (if applicable) : 			
		Not Provided	
		III.1.5) Information about reserved contracts (if applicable)	
		The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons:  No 		
		The execution of the contract is restricted to the framework of sheltered employment programmes:          No 	
		
	III.2) Conditions related to the contract
			
		III.2.2) Contract performance conditions 			
		Not Provided 			
		III.2.3) Information about staff responsible for the performance of the contract
		Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract:  No 
Section IV: Procedure
	IV.1) Description OPEN
		IV.1.1) Type of procedure: Open	
	
	IV.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 		
			Envisaged maximum number of participants to the framework agreement:                 
                Not Provided 		 	   
			In the case of framework agreements justification for any duration exceeding 4 years:   Not Provided 	
	
	
	IV.1.6) Information about electronic auction:
		An electronic auction will be used: No 
		Additional information about electronic auction:  Not provided 
	IV.1.8) Information about the Government Procurement Agreement (GPA)
		The procurement is covered by the Government Procurement Agreement:  No 		
	IV.2) Administrative information
		IV.2.1) Previous publication concerning this procedure:
			Notice number in the OJ S:  Not provided 		
		IV.2.2) Time limit for receipt of tenders or requests to participate
		 Date: 23/04/2024    Time: 16:00
				
		IV.2.4) Languages in which tenders or requests to participate may be submitted: English, 		
		IV.2.6) Minimum time frame during which the tenderer must maintain the tender: 
			Duration in month(s): 48
		
		IV.2.7) Conditions for opening of tenders: 
			Date: 24/04/2024
			Time: 14:15
		
Section VI: Complementary Information
	VI.1) Information about recurrence
	This is a recurrent procurement: No  	
	Estimated timing for further notices to be published:  Not provided 
	VI.2) Information about electronic workflows
	Electronic ordering will be used  No 		
	Electronic invoicing will be accepted  No 		
	Electronic payment will be used  No 		
	VI.3) Additional Information:  The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at: 
https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Audio-visual-equipment./SUF6J92HC4
To respond to this opportunity, please click here: 
https://csg.delta-esourcing.com/respond/SUF6J92HC4
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 Commercial Services Kent Limited
		 Procurement Services Group, 1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
		 Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
		 Internet address: www.commercialservices.org.uk
	VI.4.2) Body responsible for mediation procedures: 
				 Commercial Services
			 Procurement Services Group, 1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
			 Tel. +44 1622478849, Email: csgprocurement@csltd.org.uk 
	VI.4.3) Review procedure
	Precise information on deadline(s) for review procedures: 	
	 Not Provided 	
	VI.4.4) Service from which information about the lodging of appeals may be obtained: 
 Not provided 
	VI.5) Date Of Dispatch Of This Notice: 19/03/2024
Annex A