HMRC: Office Supplies

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Office Supplies
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Supplies
Procedure: Open
Short Description: Crown Commercial Service as the Contracting Authority is putting in place a Framework Agreement for use by UK public sector bodies identified at VI.3 ( and any future successors to these organisations), NHS bodies and Local Authorities.
Published: 02/09/2014 14:35

View Full Notice

UK-Liverpool: Office supplies.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Minister of the Cabinet Office acting through Crown Commercial Service
      9th Floor, The Capital, Old Hall Street, Liverpool, L3 9PP, United Kingdom
      URL: http://ccs.cabinetoffice.gov.uk, URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
      Contact: e.procurement@hmrc.gsi.gov.uk

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Other: Public Procurement

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Office Supplies
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up 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: 6
         Duration of the framework agreement:
                        Duration in months: 48
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 100,000,000 and 200,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Office supplies. Occupational clothing, special workwear and accessories. Occupational clothing. Workwear accessories. Office and computing machinery, equipment and supplies except furniture and software packages. Office machinery, equipment and supplies except computers, printers and furniture. Various office equipment and supplies. Office equipment except furniture. Stationery. Small office equipment. Processed paper and paperboard. Photocopier paper and xerographic paper. Photocopier paper. Paper stationery and other items. Envelopes. Printed envelopes. Storage media. Computer accessories. First-aid boxes. Catering supplies. Cleaning products. Sewage-, refuse-, cleaning-, and environmental services. Toner cartridges. Toner for laser printers/fax machines. Toner for photocopiers. Ink cartridges. Toilet paper, handkerchiefs, hand towels and serviettes. Crown Commercial Service as the Contracting Authority is putting in place a Framework Agreement for use by UK public sector bodies identified at VI.3 ( and any future successors to these organisations), NHS bodies and Local Authorities.
         
      II.1.6)Common Procurement Vocabulary:
         30192000 - Office supplies.
         
         18100000 - Occupational clothing, special workwear and accessories.
         
         18110000 - Occupational clothing.
         
         18140000 - Workwear accessories.
         
         30000000 - Office and computing machinery, equipment and supplies except furniture and software packages.
         
         30100000 - Office machinery, equipment and supplies except computers, printers and furniture.
         
         30190000 - Various office equipment and supplies.
         
         30191000 - Office equipment except furniture.
         
         30192700 - Stationery.
         
         30197000 - Small office equipment.
         
         30197600 - Processed paper and paperboard.
         
         30197642 - Photocopier paper and xerographic paper.
         
         30197643 - Photocopier paper.
         
         30199000 - Paper stationery and other items.
         
         30199230 - Envelopes.
         
         30199710 - Printed envelopes.
         
         30234000 - Storage media.
         
         30237200 - Computer accessories.
         
         33141623 - First-aid boxes.
         
         39222000 - Catering supplies.
         
         39830000 - Cleaning products.
         
         90000000 - Sewage-, refuse-, cleaning-, and environmental services.
         
         30125100 - Toner cartridges.
         
         30125110 - Toner for laser printers/fax machines.
         
         30125120 - Toner for photocopiers.
         
         30192113 - Ink cartridges.
         
         33760000 - Toilet paper, handkerchiefs, hand towels and serviettes.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      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 Contracting Authority is putting in place this multi supplier framework for the provision of various office supplies, which will include, but is not limited to, general office stationery and associated office supplies, office paper, janitorial cleaning products, small office machines, personal protection equipment and electronic office supplies.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   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:
      Potential Providers will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by Crown Commercial Service proposed by Potential Providers if considered appropriate.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Framework Agreement.
      
      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:

      Potential Providers will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006,as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an Invitation to Tender (“ITT”). This procurement will be managed electronically by HMRC on behalf of Crown Commercial Service using HMRC's e-Sourcing Suite.To participate in this procurement, Potential Providers must first be registered on the HMRC e-Sourcing Suite. If you have not yet registered on HMRC the eSourcing Suite, this can be done by sending an email to e.procurement@hmrc.gsi.gov.uk. This email must be entitled ‘Register for CCS eSourcing run by HMRC’ and must contain the following details. A valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so, provide a contact email address, contact name, company name and contact telephone number. Once you have registered on the HMRC eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing e.procurement@hmrc.gsi.gov.uk.with details of the competition you are applying for. For example 'RM3703 Office Supplies for the Wider Public Sector'. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. HMRC on behalf of Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the HMRC e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the HMRC e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the HMRC e-Sourcing Suite please contact HMRC's Helpdesk email: e.procurement@hmrc.gsi.gov.uk. Responses must be published by the date in IV.3.4      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive2004/18/EC), on the basis of information provided in response to an ITT. The ITT can be accessed at: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp using the instructions detailed in III.2.1 The Authority uses a credit reference agency (currently Experian) as the first step in determining financial risk. The Authority will request an Experian financial risk score based on the information provided in response to the Background Questions. The report provided by Experian will be used to determine the level of financial risk you represent. If the score provided by Experian is 51 or more (where a standard UK score is available), or the risk level is ‘average’ or better (where a standard International score is available) then you will be allocated a ‘pass’ and the Tender will proceed to Stage 3 of the Award Stage evaluation process. The Contracting Authority may also take into account any of the following information:(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Potential Providers will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006,as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.This procurement is managed electronically by HMRC on behalf of Crown Commercial Service using HMRC's eSourcing Suite. The ITT can be accessed at: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp using the instructions detailed in III.2.1 The Contracting Authority may have regard to any of the following means in its assessment:(a) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   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: RM3703 Office Supplies for the Wider Public Sector      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2014/S 108 - 189685 of 04/06/2014
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 30/09/2014
      Time-limit for receipt of requests for documents or for accessing documents: 15:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 01/10/2014
         Time: 15:00      
      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
         Duration in days: 120
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Potential Providers should note that, in accordance with the UK Government’s policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector Contracting Authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the Contracting Authority. Further information on transparency can be found at:http://ccs.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurement. The duration of the framework agreement in year(s): 2 years with the option to extend for two further periods of one year. The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement. The duration referenced in Section II.1.4 is for the placing of orders. The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement. Crown Commercial Service wishes to establish a Framework Agreement for use by UK public sector bodies (and any future successors to these organisations). A full list of eligible UK public sector bodies as available in a Corrigendum linked to this Contract Notice. The full suite of ITT documentation for this competition can be found at: https://ccs.cabinetoffice.gov.uk/i-am-buyer/procurement-pipeline/office-supplies-wider-public-sector. From 2nd April 2014 the Government is introducing its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:https://www.gov.uk/government/publications/government-security-classifications
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=109940932
GO-201492-PRO-5971577 TKR-201492-PRO-5971576
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 02/09/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Liverpool: Office supplies.

Section I: Contracting Authority
   Title: UK-Liverpool: Office supplies.
   I.1)Name, Addresses and Contact Point(s):
      The Minister of the Cabinet Office acting through Crown Commercial Service
      9th Floor, The Capital, Old Hall Street, Liverpool, L3 9PP, United Kingdom
      URL: http://ccs.cabinetoffice.gov.uk, URL: https://sourcing.hmrc.gov.uk/sso/jsp/login.jsp
      Contact: e.procurement@hmrc.gsi.gov.uk

   I.2)Type of the contracting authority:
      Other: Public Procurement

   I.3) Main activity:
      Other: Public Procurement

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Office Supplies      
      II.1.2)Type of contract and location of works:
         SUPPLIES
)Purchase
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Office supplies. Occupational clothing, special workwear and accessories. Occupational clothing. Workwear accessories. Office and computing machinery, equipment and supplies except furniture and software packages. Office machinery, equipment and supplies except computers, printers and furniture. Various office equipment and supplies. Office equipment except furniture. Stationery. Small office equipment. Processed paper and paperboard. Photocopier paper and xerographic paper. Photocopier paper. Paper stationery and other items. Envelopes. Printed envelopes. Storage media. Computer accessories. First-aid boxes. Catering supplies. Cleaning products. Sewage-, refuse-, cleaning-, and environmental services. Toner cartridges. Toner for laser printers/fax machines. Toner for photocopiers. Ink cartridges. Toilet paper, handkerchiefs, hand towels and serviettes. Crown Commercial Service as the Contracting Authority is putting in place a Framework Agreement for use by UK public sector bodies identified at VI.3 ( and any future successors to these organisations), NHS bodies and Local Authorities.
      II.1.5)Common procurement vocabulary:
         30192000 - Office supplies.
         18100000 - Occupational clothing, special workwear and accessories.
         18110000 - Occupational clothing.
         18140000 - Workwear accessories.
         30000000 - Office and computing machinery, equipment and supplies except furniture and software packages.
         30100000 - Office machinery, equipment and supplies except computers, printers and furniture.
         30190000 - Various office equipment and supplies.
         30191000 - Office equipment except furniture.
         30192700 - Stationery.
         30197000 - Small office equipment.
         30197600 - Processed paper and paperboard.
         30197642 - Photocopier paper and xerographic paper.
         30197643 - Photocopier paper.
         30199000 - Paper stationery and other items.
         30199230 - Envelopes.
         30199710 - Printed envelopes.
         30234000 - Storage media.
         30237200 - Computer accessories.
         33141623 - First-aid boxes.
         39222000 - Catering supplies.
         39830000 - Cleaning products.
         90000000 - Sewage-, refuse-, cleaning-, and environmental services.
         30125100 - Toner cartridges.
         30125110 - Toner for laser printers/fax machines.
         30125120 - Toner for photocopiers.
         30192113 - Ink cartridges.
         33760000 - Toilet paper, handkerchiefs, hand towels and serviettes.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Environmental Considerations - 6
         Selection and appointment of sub contractors - 3
         Continuity and assurance of supply - 9
         Security - 6
         Service Levels and Key Performance Indicators - 4
         Ordering methods - 6
         Delivery Service Levels - 6
         Price - 60
         
      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: RM3703 Office Supplies for the Wider Public Sector         
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Prior information notice
         Notice number in OJ: 2014/S 108 - 189685 of 04/06/2014         
         
         
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 2014/S 169-300237

      V.1)Date Of Contract Award: 05/03/2015      
      V.2) Information About Offers
         Number Of Offers Received: 12          
         Number Of Offers Received By Electronic Means: 12       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Various. See VI.2 Additional information.
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 200,000,000
            Currency: GBP

         Total final value of the contract
            Value: 200,000,000
            Currency: GBP
         If annual or monthly value:
            Number of months: 48
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      HMRC on behalf of Crown Commercial Services has awarded a Framework Contract to each of the following 6 suppliers:

Banner Business Services
St Crispin's,
Duke Street
Norwich
NR3 1PD

ACS
5 - 6 Aire Valley Park
Wagon Lane
Bingley
West Yorkshire
BD16 1WA

Commercial Ltd
Commercial House
Old Station Road
Leckhampton
Cheltenham
GL53 0DL

Office Depot UK Ltd
501 Beaumont Leys Lane
Leicester
Leicestershire
LE4 2BN

Officeteam Ltd
Unit 4
500 Purley Way
Croydon
Surrey
CR0 4NZ

XMA
Unit 44
Wilford Industrial Estate
Ruddington Lane
Wilford
Nottingham
NG117
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=138596068
GO-2015331-PRO-6484788 TKR-2015331-PRO-6484787   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 31/03/2015