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

Framework for the provision of Musical Instruments.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Crescent Purchasing Consortium
Technology House, Lissadel Street, Salford
For the attention of: Steve Davies
M66AP Manchester
UNITED KINGDOM
Telephone: +44 7966040564
E-mail:

Internet address(es):

General address of the contracting authority: http://www.thecpc.ac.uk

Address of the buyer profile: http://in-tendhost.co.uk/dukefield

Electronic access to information: http://in-tendhost.co.uk/dukefield

Electronic submission of tenders and requests to participate: http://in-tendhost.co.uk/dukfield

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
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:
Framework for the provision of Musical Instruments.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance: This framework is for the use of Public Sector Bodies throughout the United Kingdom, with the exception of Northern Ireland where the framework will only be open for use by members of Crescent Purchasing Consortium.

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: 24

Duration of the framework agreement

Duration in years: 4

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

Estimated value excluding VAT:
Range: between 900 000 and 15 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The contracting authority is establishing a framework to meet the musical instrument needs of organisations across the entire public sector; covering a broad range of musical instruments. The framework is let on behalf of Crescent Purchasing Consortium (hereafter CPC) but will also be open for use by all other public sector contracting authorities (as defined in Article 1 (9) of Directive 2004/18/EC and implemented by Regulation 3 of the Public Contract Regulations 2006) or their agents. These include but are not limited to central government departments and their agencies, Non-Departmental Public Bodies (NDPBs), NHS bodies (including; acute trusts, ambulance trusts, primary care trusts, care trusts, NHS hospital trusts, strategic health authorities, mental health trusts, special health authorities), Local Authorities (as defined in Regulation3 (2) to (5) of the Public Contracts Regulations 2006 ('the Regulations'), Police Authorities (as defined by Regulation 3 (1) (j) to (p) of the Regulations), Emergency Services, Educational Establishments (including Schools, Universities, Academies, Academies Trusts, Free Schools, Colleges of Further Education) and Registered Social Landlords who have a need to purchase these services. Please see the following websites for further details:

http://www.gov.uk/find-your-local-council

http://www.cabinetoffice.gov.uk

http://www.education.gov.uk/edubase/search.xhtml?clear=true

http://www.schoolswebdirectory.co.uk/localauthorities.php

http://www.education.gov.uk/schools/leadership/typesofschools/academies/b00208569/open-academies

http://www.education.gov.uk/schools/leadership/typesofschools/academies/sponsors/a00216936/academysponsorcontactdetails

http://www.ons.gov.uk/ons/publications/re-reference-tables.html?edition=tcm%3A77-285768

http://www.hefce.ac.uk/unicoll/

http//:www.police.uk/

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

http://www.gov.uk/government/organisations

http.//www.gov.uk/government/organisation/cabinet-office

http://www.homesandcommunities.co.uk

http://www.housingnet.co.uk

http://www.charity-commission.gov.uk/find-charities/

https://www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist.html

http://www.universities.ac.uk/members

http://www.bufdg.ac.uk

http://www.thecpc.ac.uk/

There will be 6 Lots under this framework as follows:
Lot 1 - Brass Instruments;
Lot 2 - Woodwind Instruments;
Lot 3 - String Instruments;
Lot 4 - Percussion (including Drums) Instruments;
Lot 5 - Guitar Instruments;
Lot 6 - Keyboard and Piano Instruments.
Suppliers awarded to any one or more Lots will be required to offer ‘catalogue pricing' to the end user, with catalogues either being paper based and/or online e-catalogues. Suppliers will be required to demonstrate, amongst other things, their ability to offer best value products and services to the framework users. Detailed information will be contained within the Invitation to Tender documentation, which will be issued to all successful providers following the evaluation of Pre Qualification Questionnaire submissions.
II.1.6)Common procurement vocabulary (CPV)

37000000, 37300000, 37310000, 37311000, 37311100, 37311200, 37311300, 37311400, 37312000, 37312100, 37312200, 37312300, 37312400, 37312500, 37312600, 37312700, 37312800, 37312900, 37312910, 37312920, 37312930, 37312940, 37313000, 37313100, 37313200, 37313400, 37313500, 37313600, 37313700, 37313800, 37313900, 37314000, 37314100, 37314200, 37314300, 37314310, 37314320, 37314400, 37314500, 37314600, 37314700, 37314800, 37314900, 37315000, 37316000, 37316100, 37316200, 37316300, 37316400, 37316500, 37316600, 37316700, 37320000, 37321000, 37321100, 37321200, 37321300, 37321400, 37321500, 37321600, 37321700, 37322000, 37322100, 37322200, 37322300, 37322400, 37322500, 37322600, 37322700, 37313300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The volume of the requirement under this framework is entirely dependent upon the take up of the agreement by end users. The total value of the framework is anticipated not to exceed GBP 15,000,000 over the four year term of the framework.
Estimated value excluding VAT:
Range: between 900 000 and 15 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Option to extend for a period of 12 months at the Contracting Authority's sole discretion.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Brass Instruments
1)Short description
This Lot will provide access to a range of brass instruments and related accessories to suit the requirements of Beginners, Intermediary and Advanced musicians. The Lot will also provide for maintenance and aftercare of the instruments. The instruments, accessories and associated services will be available from up to 4 suppliers.
2)Common procurement vocabulary (CPV)

37000000, 37300000, 37310000, 37311400, 37312000, 37312100, 37312200, 37312300, 37312400, 37312500, 37312600, 37312700, 37312800, 37312900, 37312910, 37312920, 37312930, 37312940, 37314310, 37314400, 37314800, 37315000, 37320000, 37321000, 37321200, 37321400, 37322000, 37322200, 37322300

3)Quantity or scope
The scope of the quantity and value of the framework will be determined by the up-take from end users of the framework. Initial estimates consider a value range for this lot of between 150,000 GBP and 2,500,000 GBP over the full four year framework term.
Estimated value excluding VAT:
Range: between 150 000 and 2 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Woodwind Instruments
1)Short description
This Lot will provide access to a range of woodwind instruments and related accessories to suit the requirements of Beginners, Intermediary and Advanced musicians. The Lot will also provide for maintenance and aftercare of the instruments. The instruments, accessories and associated services will be available from up to 4 suppliers.
2)Common procurement vocabulary (CPV)

37000000, 37300000, 37310000, 37312400, 37312800, 37314000, 37314100, 37314200, 37314300, 37314320, 37314400, 37314500, 37314600, 37314700, 37314900, 37315000, 37320000, 37321000, 37321200, 37321400, 37321600, 37322000, 37322100, 37322200, 37322300

3)Quantity or scope
The scope of the quantity and value of the framework will be determined by the up-take from end users of the framework. Initial estimates consider a value range for this lot of between 150,000 GBP and 2,500,000 GBP over the full four year framework term.
Estimated value excluding VAT:
Range: between 150 000 and 2 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: String Instruments
1)Short description
This Lot will provide access to a range of string instruments and related accessories to suit the requirements of Beginners, Intermediary and Advanced musicians. The Lot will also provide for maintenance and aftercare of the instruments. The instruments, accessories and associated services will be available from up to 4 suppliers.
2)Common procurement vocabulary (CPV)

37000000, 37300000, 37310000, 37313000, 37313100, 37313200, 37313400, 37313500, 37313600, 37313700, 37313800, 37313900, 37315000, 37320000, 37321000, 37321300, 37321400, 37321600, 37322000, 37322200

3)Quantity or scope
The scope of the quantity and value of the framework will be determined by the up-take from end users of the framework. Initial estimates consider a value range for this lot of between 150,000 GBP and 2,500,000 GBP over the full four year framework term.
Estimated value excluding VAT:
Range: between 150 000 and 2 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Percussion Instruments (including Drums)
1)Short description
This Lot will provide access to a range of percussion instruments and related accessories to suit the requirements of Beginners, Intermediary and Advanced musicians. The Lot will also provide for maintenance and aftercare of the instruments. The instruments, accessories and associated services will be available from up to 4 suppliers.
2)Common procurement vocabulary (CPV)

37000000, 37300000, 37310000, 37315000, 37316000, 37316100, 37316200, 37316300, 37316400, 37316500, 37316600, 37316700, 37320000, 37321000, 37321500, 37321600, 37322000

3)Quantity or scope
The scope of the quantity and value of the framework will be determined by the up-take from end users of the framework. Initial estimates consider a value range for this lot of between 150,000 GBP and 2,500,000 GBP over the full four year framework term.
Estimated value excluding VAT:
Range: between 150 000 and 2 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Guitar Instruments
1)Short description
This Lot will provide access to a range of guitar instruments and related accessories to suit the requirements of Beginners, Intermediary and Advanced musicians. The Lot will also provide for maintenance and aftercare of the instruments. The instruments, accessories and associated services will be available from up to 4 suppliers.
2)Common procurement vocabulary (CPV)

37000000, 37300000, 37310000, 37320000, 37321000, 37321600, 37321700, 37322000, 37313600, 37313700, 37315000, 37321300, 37321400, 37313300

3)Quantity or scope
The scope of the quantity and value of the framework will be determined by the up-take from end users of the framework. Initial estimates consider a value range for this lot of between 150,000 GBP and 2,500,000 GBP over the full four year framework term.
Estimated value excluding VAT:
Range: between 150 000 and 2 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Keyboards and Piano Instruments
1)Short description
This Lot will provide access to a range of keyboard and piano instruments and related accessories to suit the requirements of Beginners, Intermediary and Advanced musicians. The Lot will also provide for maintenance and aftercare of the instruments. The instruments, accessories and associated services will be available from up to 4 suppliers.
2)Common procurement vocabulary (CPV)

37000000, 37300000, 37310000, 37311000, 37311100, 37311200, 37311300, 37311400, 37315000, 37320000, 37321000, 37321600

3)Quantity or scope
The scope of the quantity and value of the framework will be determined by the up-take from end users of the framework. Initial estimates consider a value range for this lot of between 150,000 GBP and 2,500,000 GBP over the full four year framework term.
Estimated value excluding VAT:
Range: between 150 000 and 2 500 000 GBP
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:
Please refer to the Pre Qualification Questionnaire and Invitation to Tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the Pre Qualification Questionnaire and Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the Pre Qualification Questionnaire and Invitation to Tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: Please refer to the Pre Qualification Questionnaire and Invitation to Tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Pre Qualification Questionnaire and Invitation to Tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the Pre Qualification Questionnaire and Invitation to Tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 24
Objective criteria for choosing the limited number of candidates: As stated in the Pre Qualification Questionnaire.
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:
To be allocated at the point of contract award.
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
10.2.2014 - 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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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
Dukefield Limited are acting as agents of Crescent Purchasing Consortium in the development and on going contract management of this framework.

The contracting authority will be using an e-tendering system to conduct the procurement exercise. To access the Pre-Qualification Questionnaire suppliers must register their company details on the In-Tend system at https://in-tendhost.co.uk/dukefield, the tender opportunity will be available in the current tenders tab of the site.

The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. The Contracting Authority further reserves the right not to award any contract as a result of the procurement process and reserves the right to cancel the entire process or parts of the tender process commenced by the publication of this notice and in no circumstances will it be liable for any costs incurred by tenderers.
The value of the framework provided in section II.1.4 is only an estimate and the Contracting Authority cannot guarantee any business through this framework agreement.
The Contracting Authority wishes to establish a Framework Agreement open for use by all Public Sector Bodies as stated in II.1.5
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Crescent Purchasing Consortium
Technology House Lissadel Street
M6 6AP Salford
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPC as Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public COntract Regulations 2006 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within three months).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
8.1.2014