Contract notice

Information

Published

Expire date: 15/03/2023

External Reference: 2023-566724

FTS Reference: 2023-002842

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

District Homes C.I.C
97 Judd Street
London
WC1H 9JG
UK
Contact person: Lisa Hodgman
Telephone: +44 707339800
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
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/app/rfq/rwlentrance_s.asp?PID=58428&B=ECHELON
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 Solutions Framework
Reference number:  ECH 1138
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 seek expressions of interest from suitably experienced and qualified suppliers to enter into a single-supplier, 4-year Framework Agreement for the provision of a full range of business supplies. The scope of the framework is to provide a Total Business Supplies Solutions for the Contracting Authority and any other Authorised User that signs a Call-Off Contract under the Framework Agreement.
The offering includes all goods and services required to meet office and business requirements from a “one-stop-shop”. The framework will operate across the UK. District Homes has appointed Pretium Frameworks Ltd to manage the framework on its behalf. The estimated value of the framework is up to £5million over the 4-year term.
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)

30192000  -  Office supplies
30100000  -  Office machinery, equipment and supplies except computers, printers and furniture
30130000  -  Post-office equipment
64122000  -  Internal office mail and messenger services
90919000  -  Office, school and office equipment cleaning services
90919200  -  Office cleaning services
30192400  -  Reprographic supplies
30199730  -  Business cards
30192700  -  Stationery
30120000  -  Photocopying and offset printing equipment
39830000  -  Cleaning products
18100000  -  Occupational clothing, special workwear and accessories
18143000  -  Protective gear
22000000  -  Printed matter and related products
39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
48000000  -  Software package and information systems
64000000  -  Postal and telecommunications services
15800000  -  Miscellaneous food products
18140000  -  Workwear accessories
18222000  -  Corporate clothing
18830000  -  Protective footwear
22100000  -  Printed books, brochures and leaflets
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
30123000  -  Office and business machines
30125100  -  Toner cartridges
30192113  -  Ink cartridges
30197643  -  Photocopier paper
30199000  -  Paper stationery and other items
30199230  -  Envelopes
30200000  -  Computer equipment and supplies
30230000  -  Computer-related equipment
30234000  -  Storage media
30237200  -  Computer accessories
31600000  -  Electrical equipment and apparatus
32500000  -  Telecommunications equipment and supplies
33760000  -  Toilet paper, handkerchiefs, hand towels and serviettes
35100000  -  Emergency and security equipment
35111300  -  Fire extinguishers
35113000  -  Safety equipment
35121000  -  Security equipment
39130000  -  Office furniture
39134000  -  Computer furniture
39160000  -  School furniture
39220000  -  Kitchen equipment, household and domestic items and catering supplies
39260000  -  Delivery trays and desk equipment
39290000  -  Miscellaneous furnishing
39300000  -  Miscellaneous equipment
39700000  -  Domestic appliances
41000000  -  Collected and purified water
42500000  -  Cooling and ventilation equipment
50312600  -  Maintenance and repair of information technology equipment
50312610  -  Maintenance of information technology equipment
50312620  -  Repair of information technology equipment
50313000  -  Maintenance and repair of reprographic machinery
50313200  -  Photocopier maintenance services
51600000  -  Installation services of computers and office equipment
64200000  -  Telecommunications services
71314000  -  Energy and related services
71314200  -  Energy-management services
72222300  -  Information technology services
72512000  -  Document management services
79520000  -  Reprographic services
79521000  -  Photocopying services
79800000  -  Printing and related services
79900000  -  Miscellaneous business and business-related services
79934000  -  Furniture design services
98341130  -  Janitorial services
II.2.3)

Place of performance

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

Description of the procurement

District Homes CIC seek expressions of interest from suitably experienced and qualified suppliers to enter into a single-supplier, 4-year Framework Agreement for the provision of a full range of business supplies. The scope of the framework is to provide a Total Business Supplies Solutions for the Contracting Authority and any other Authorised User that signs a Call-Off Contract under the Framework Agreement.
The offering includes all goods and services required to meet office and business requirements from a “one-stop-shop”. The framework will operate across the UK. District Homes has appointed Pretium Frameworks Ltd to manage the framework on its behalf. The estimated value of the framework is up to £5million 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.2.10)

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

For absolute clarity, District homes are seeking to appoint ONE supplier who can supply all requirements of the framework.

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 and tender documentation.
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

As set out in the procurement and tender documentation.

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
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/03/2023
Local time:  12:00
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 months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  08/03/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework at any stage of the procurement process.
The Contracting Authority also reserves the right not to award the Framework.
Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or Tendering for this Framework.
Any selection of tenderers will be based solely on the criteria set out for the procurement. The framework is to operate across the UK and will be open to the following organisations (“Authorised Users”) to access:
(i) any Social Housing Provider in the United Kingdom from time to time (including Registered Providers, local authorities and Arm’s Length Management Organisations). A list of the current registered providers of social housing can be found here: https://www.gov.uk/government/publications/registered-providers-of-social-housing/list-of-registered-providers-14-april-2022-accessible-version
(ii) any national, regional or local health authority in the United Kingdom from time to time including (without limitation) any NHS Trust or body;
(iii) any educational establishment...
any other “contracting authority” in the United Kingdom as defined in the Public Contracts Regulations 2015;
(iv) any supply chain member of any of the organisations listed in paragraphs (i), (ii), or (iii) above; and
(v) any private sector organisation that is not otherwise covered by paragraph (iv) above,
and in each case who has entered into an Access Agreement with the Contracting Authority and Pretium to access the Framework.
Note that the estimated Framework value given in this Notice is an estimate only. The actual value may vary depending on how many organisations decide to access and call off contracts under the Framework.
VI.4)

Procedures for review

VI.4.1)

Review body

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

VI.4.2)

Body responsible for mediation procedures

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK