Contract notice
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting Change
entity
I.1) Name and addresses
I.1) Name and addresses
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/nwupc/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/nwupc/aspx/Home
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:
https://in-tendhost.co.uk/nwupc/aspx/Home
I.4) Type of the contracting authority
Other: Sub-Central Contracting Authority
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Office, Computer and Library Supplies
Reference number: OFF 3068NW
II.1.2) Main CPV code
30192000
II.1.3) Type of contract
Supplies
II.1.4) Short description
NWUPC is seeking to establish a multi-provider framework agreement on behalf of the members of NWUPC, APUC, HEPCW, LUPC, NEUPC and SUPC for Office, Computer and Library Supplies. This Framework Agreement will commence on 1.8.2019 for an initial period of 24 months until 31.7.2021 with the option to extend the Agreement for 12 months until 31.7 2022 and a further 12 months until 31.7.2023 subject to satisfactory Economic Operator performance. The Framework Agreement will be split into three lots as follows:
— Lot 1 – Office, Computer and Library Supplies,
— Lot 2 – Computer Supplies,
— Lot 3 – Library Supplies.
II.1.5) Estimated total value
Value excluding VAT: 100 000 000.00 GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 — Office, Computer and Library Supplies
II.2.2) Additional CPV code(s)
30192000
30192930
30192124
30125100
22600000
30192127
30100000
30192113
30191000
30192940
30192110
37822000
30192123
30192132
30192121
30000000
30192130
30125120
30192134
22610000
30192122
30125110
30192133
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
Lot 1 Office, Computer and Library Supplies includes, but is not limited to, the following scope; general office products, cut paper (desktop delivery quantities), minor office equipment, envelopes, printer toner and ink, computer external storage, computer peripherals e.g. cables, media storage, book care, book trolleys and display supplies, library security supplies, referencing supplies, janitorial products for office use, other office supplies products, other computer supplies products, other library supplies products. This list is not exhaustive.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT: 53 929 916.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2019
End:
31/07/2021
This contract is subject to renewal: Yes
Description of renewals:
There are 2 further 1-year extension periods available until 31.7.2023.
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
II.2.14) Additional information
This project may be used by members for ERDF funded projects.
Lot No: 2
II.2.1) Title
Lot 2 — Computer Supplies
II.2.2) Additional CPV code(s)
30200000
30237460
30237410
30125100
30125120
30237300
30192113
30237200
30192110
22600000
22610000
30125110
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
Lot 2 Computer Supplies includes, but is not limited to, the following scope; printer toner and ink, computer external storage, computer peripherals e.g. cables, media storage, other computer supplies products. This list is not exhaustive.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT: 6 431 168.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2019
End:
31/07/2021
This contract is subject to renewal: Yes
Description of renewals:
There are two further one year extension periods available until 31.7.2023.
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
II.2.14) Additional information
This framework may be used by members for ERDF projects.
Lot No: 3
II.2.1) Title
Lot 3 — Library Supplies
II.2.2) Additional CPV code(s)
39155100
22110000
22114000
22112000
22113000
39153100
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
Lot 3 Library Supplies includes, but is not limited to, the following scope; book care, book trolleys and display supplies, library security supplies, referencing supplies, other library supplies products. This list is not exhaustive.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT: 1 505 272.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2019
End:
31/07/2021
This contract is subject to renewal: Yes
Description of renewals:
There are 2 further 1-year extension periods available until 31.7.2023.
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
II.2.14) Additional information
This framework may be used by members for ERDF projects.
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:
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.
Envisaged maximum number of participants to the framework agreement: 9
Justification for any framework agreement duration exceeding 8 years: 4 years
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:
17/05/2019
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
17/05/2019
Local time: 14:00
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The following organisations intend to utilise the framework agreement as soon as possible after award:
— NWUPC https://www.nwupc.ac.uk/our-members
— APUC http://www.apuc-scot.ac.uk/#!/members
— HEPCW http://www.hepcw.ac.uk/about-us-2/
— LUPC https://www.lupc.ac.uk/member-list
— NEUPC http://www.neupc.ac.uk/our-members
— SUPC https://www.supc.ac.uk/about-us/our-members/our-members
At some point during the life of the Framework Agreement the members of the following may wish to utilise the Agreement:
— https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide
— https://www.gov.uk/government/organisations
— https://www.gov.uk/find-local-council
— https://www.local.gov.uk
— https://www.gov.uk/government/organisations
— http://www.nationalparks.gov.uk
— http://www.police.uk/?view=force_sites
— https://www.police-information.co.uk/index.html
— http://www.fire.org.uk/fire-brigades.html
— https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
— https://www.hospiceuk.org/about-hospice-care/find-a-hospice
— https://www.hqp.org.uk/
— http://www.charity-commission.gov.uk
— http://www.oscr.org.uk
— http://www.citizensadvice.org.uk/index/getadvice.htm
— http://www.cas.org.uk
— https://www.gov.scot
— http://www.parliament.scot/about-the-parliament.aspx
— https://www.gov.scot/Topics/Government
— https://www.gov.scot/Topics/Government/public-bodies
— https://www.mygov.scot/organisations/
— https://www.gov.scot/Topics/Government/public-bodies/about/Bodies
— https://www.scot.nhs.uk/organisations
— https://www.gov.scot/Topics/Health/NHS-Workforce/NHS-Boards
— http://www.scotland.police.uk
— https://www.sfha.co.uk/our-members/directory
— https://www.gov.uk/government/organisations/office-of-the-secretary-of-state-for-scotland/about/our-governance
— https://www.scottishhousingregulator.gov.uk/find-and-compare-landlords
— https://beta.gov.scot/policies/schools/
— https://beta.gov.scot/policies/schools/
— https://education.gov.scot/parentzone/additional-support
— http://www.wlga.gov.uk/home
— https://gov.wales/about/civilservice/?lang=en
— https://gov.wales/about/cabinet/cabinetstatements/2016-new/sponsoredbodies/?lang=en
— http://www.wales.nhs.uk/ourservices/directory
— https://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
— https://socialcare.wales/
— https://www.northernireland.gov.uk/topics/your-executive/government-departments
— https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland
— https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
— https://www.education-ni.gov.uk/
— http://online.hscni.net
— https://www.nidirect.gov.uk/contacts/housing-associations
— https://www.psni.police.uk
VI.4) Procedures for review
VI.4.1) Review body
NWUPC Ltd
Albert House, 17 Bloom Street
Manchester
M1 3HZ
UK
Telephone: +44 1612348012
E-mail: helen.dodd-williams@manchester.ac.uk
Internet address(es)
URL: http://www.nwupc.ac.uk
VI.4.2) Body responsible for mediation procedures
NWUPC Ltd
Albert House, 17 Bloom Street
Manchester
M1 3HZ
UK
Telephone: +44 1612348012
E-mail: helen.dodd-williams@manchester.ac.uk
Internet address(es)
URL: http://www.nwupc.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
See tender documents.
VI.5) Date of dispatch of this notice
15/03/2019