Contract notice

Information

Published

Date of dispatch of this notice: 23/05/2018

Expire date: 21/06/2018

External Reference: 2018-977352

TED Reference: 2018/S 097-221063

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

District Homes CIC
Froframe House
London
NW4 2EF
UK
Contact person: Pamela Graham
Telephone: +44 1707339800
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Main address: www.pretium.co.uk

I.2)

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://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Total Business Supplies Framework
Reference number:  Ech F0900
II.1.2)

Main CPV code

30190000  -  Various office equipment and supplies
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

District Homes CIC is seeking expressions of interest from suitably experienced and qualified suppliers to enter into a single-supplier, four-year Framework Agreement for the provision of total business supplies. The core offering includes core, non-core and tail end spend items for all Business and Office related products from a ‘one-stop-shop’.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

15500000  -  Dairy products
15800000  -  Miscellaneous food products
15900000  -  Beverages, tobacco and related products
18100000  -  Occupational clothing, special workwear and accessories
18110000  -  Occupational clothing
18140000  -  Workwear accessories
18222000  -  Corporate clothing
18830000  -  Protective footwear
22000000  -  Printed matter and related products
22100000  -  Printed books, brochures and leaflets
22200000  -  Newspapers, journals, periodicals and magazines
22300000  -  Postcards, greeting cards and other printed matter
22410000  -  Stamps
22800000  -  Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
22900000  -  Miscellaneous printed matter
24900000  -  Fine and various chemical products
24955000  -  Chemical toilets
30000000  -  Office and computing machinery, equipment and supplies except furniture and software packages
30100000  -  Office machinery, equipment and supplies except computers, printers and furniture
30120000  -  Photocopying and offset printing equipment
30125100  -  Toner cartridges
30125110  -  Toner for laser printers/fax machines
30125120  -  Toner for photocopiers
30130000  -  Post-office equipment
30140000  -  Calculating and accounting machines
30160000  -  Magnetic cards
30172000  -  Identification ID press machines
30191000  -  Office equipment except furniture
30192000  -  Office supplies
30192113  -  Ink cartridges
30192700  -  Stationery
30197000  -  Small office equipment
30197610  -  Composite paper and paperboard
30197642  -  Photocopier paper and xerographic paper
30197643  -  Photocopier paper
30199000  -  Paper stationery and other items
30199230  -  Envelopes
30199710  -  Printed envelopes
30200000  -  Computer equipment and supplies
30230000  -  Computer-related equipment
30234000  -  Storage media
30237200  -  Computer accessories
32000000  -  Radio, television, communication, telecommunication and related equipment
32500000  -  Telecommunications equipment and supplies
33141623  -  First-aid boxes
33760000  -  Toilet paper, handkerchiefs, hand towels and serviettes
34990000  -  Control, safety, signalling and light equipment
35100000  -  Emergency and security equipment
35110000  -  Firefighting, rescue and safety equipment
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
35113000  -  Safety equipment
35113400  -  Protective and safety clothing
35121000  -  Security equipment
35121700  -  Alarm systems
39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000  -  Furniture
39120000  -  Tables, cupboards, desk and bookcases
39130000  -  Office furniture
39140000  -  Domestic furniture
39150000  -  Miscellaneous furniture and equipment
39160000  -  School furniture
39220000  -  Kitchen equipment, household and domestic items and catering supplies
39222000  -  Catering supplies
39260000  -  Delivery trays and desk equipment
39290000  -  Miscellaneous furnishing
39300000  -  Miscellaneous equipment
39700000  -  Domestic appliances
39830000  -  Cleaning products
41000000  -  Collected and purified water
42500000  -  Cooling and ventilation equipment
43830000  -  Power tools
44510000  -  Tools
64000000  -  Postal and telecommunications services
64100000  -  Post and courier services
64200000  -  Telecommunications services
72512000  -  Document management services
79520000  -  Reprographic services
79521000  -  Photocopying services
79800000  -  Printing and related services
79900000  -  Miscellaneous business and business-related services
90513000  -  Non-hazardous refuse and waste treatment and disposal services
98341130  -  Janitorial services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK
II.2.4)

Description of the procurement

District Homes CIC is seeking expressions of interest from suitably experienced and qualified suppliers to enter into a single-supplier, four-year Framework Agreement for the provision of total business supplies. The core offering includes core, non-core and tail end spend items for all Business & Office requirements and related products from a ‘one-stop-shop’. The Framework is to operate across the UK. District Homes has appointed Pretium Frameworks Limited to manage the Framework on its behalf. The estimated value of the Framework is up to 5 000 000 GBP over the 4-year term.
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: 5000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
A minimum of 5 suppliers will be invited though the Contracting Authority reserves the right to increase the number of suppliers to be invited to tender by one or two if their scores are closely placed around the cut-off point.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the procurement documents.
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

III.2.2)

Contract performance conditions

Performance and other requirements are set out in the Framework Agreement, KPI Handbook and other Contract Documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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 a single operator
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/06/2018
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 03/07/2018
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 months : 3  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The following organisations will be able to ‘call-off’ contracts under the Framework Agreement: (i) District Homes CIC;
(ii) Any Affordable Housing Provider in the United Kingdom;
(iii) Any supply chain member of any Affordable Housing Provider in the United Kingdom;
Any provider within the UK Housing Sector (including Local Authorities, Registered Providers and any members of their supply chain including Direct Labour Organisations and Suppliers).
(iv) Educational establishments, including but not limited to; primary and secondary schools, further and higher education institutions, academies and free schools or service providers working on their behalf.
(v) National, Regional and Local Health Authorities, including NHS Trusts and Primary Care Trusts and any organisation providing a service to these bodies.
(vi) Local and Regional Authorities, including any arm’s length organisations or service providers working on their behalf.
(vii) Providers delivering services to any other Government Agency, including the Ministry of Defence and Highways Agency.
Bidders should note that none of the organisations referred to in paragraphs (i) to (vii) above shall be under any obligation to use the Framework Agreement.
District Homes reserves the right to cancel the procurement and not to proceed with the framework at any stage of the procurement process. District Homes shall not in any circumstances reimburse any expense incurred by bidders in participating in this procurement process. It is envisaged that the Framework Agreement will be entered into by District Homes with the successful supplier, though bidders should note that, in accordance with the provisions of the Framework Agreement, District Homes will have the right to transfer its rights and obligations under the Framework Agreement to another contracting authority at any point during the term of the Framework Agreement.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
District Homes CIC will observe a standstill period following the award of the Contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK