Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Education
Sanctuary Buildings, 20, Great Smith Street
London
SW1P 3BT
UK
E-mail: Anne.Hardy@education.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-education
Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-education
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://education.app.jaggaer.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://education.app.jaggaer.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
25000000.00
II.1.2) Main CPV code
37300000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Department for Education (DfE) is seeking to set up a Musical Instrument, Equipment and Technology Framework. This notice is to notify the market that the Department has now published the Invitation to Tender (ITT) and invites applications from all interested suppliers to take part in the Framework.
As part of the National Plan for Music Education (NPME), the Department announced £25m of capital funding for musical instruments and equipment, and technology where it is used specifically for music-making purposes and to benefit children and young people. The intention of this fund is to increase the volume, range, and accessibility of the instruments, equipment, and technology available – including those with special educational needs or disabilities – and supporting Music Hubs to deliver against the aims expressed for them in the NPME.
To facilitate purchases made using the capital grant funding, the Department is setting up a supplier framework and seeks a range of suppliers including SME’s who are capable of sourcing and supplying a wide range of musical instruments, equipment and technology.
The framework contract will be for a period of three years. Music Hub Lead Organisations (HLOs) will be able to spend the capital grant funding over two academic years, from September 2024-August 2026. Use of the Framework is mandatory, for all purchases made using the capital grant funding, unless an exceptional circumstance applies. Other education organisations will also be entitled to utilise the Framework, for any purchases they may need.
The Framework will be split into the following three Lots;-
Lot 1 - Acoustic Instruments (including Adaptive Instruments): Acoustic instruments that do not require electricity, amplification, or technology to produce a sound. This includes acoustic instruments which have been specifically developed or adapted for use by children and young people with SEND.
Lot 2 - Amplified, Electric and Digital Musical Instruments: Instruments and equipment that produce or modify sound through electric, electronic, or digital means. This includes items which have been specifically developed or adapted for use by children and young people with SEND.
Lot 3 - Other technology and equipment used to enable or support music-making: Additional equipment and software needed to produce, amplify, augment, or record sound, or in other ways support children and young people (including those with SEND) to create and perform music. This includes additional equipment, accessories, or software that can be used in conjunction with, or to support the use of, items outlined in other Lots.
A supplier market engagement session will take place on:
Thursday 20th June 2024, 10:30-11:30.
Information regarding this session and all the other ITT documentation will be available to those who register on our e-tendering portal Jaggaer, https://education.app.jaggaer.com
II.1.5) Estimated total value
Value excluding VAT:
25 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Acoustic instruments
II.2.2) Additional CPV code(s)
37300000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 - Acoustic instruments
Acoustic instruments that do not require electricity, amplification, or technology to produce a sound. This includes acoustic instruments which have been specifically developed or adapted for use by children and young people with SEND.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Option to extend
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Lot No: 3
II.2.1) Title
Additional equipment and software
II.2.2) Additional CPV code(s)
37000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Additional equipment and software needed to produce, amplify, augment, or record sound, or in other ways support children and young people (including those with SEND) to create and perform music. This includes additional equipment, accessories, or software that can be used in conjunction with, or to support the use of, items outlined in other Lots.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Option to extend
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/07/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
24/07/2024
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High court London
London
UK
VI.5) Date of dispatch of this notice
13/06/2024