2buy2: School Supplies Framework Agreement

  2buy2 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: School Supplies Framework Agreement
Notice type: Contract Notice
Authority: 2buy2
Nature of contract: Supplies
Procedure: Open
Short Description: The primary objective of this procurement is to establish a framework agreement for education establishments and other similar organisations in order that they can access a wide range of goods and supplies needed on a daily basis within a school or office setting. The framework seeks to establish a solution for customers to be able to access products easily and quickly while providing choice and value for money.
Published: 10/05/2022 13:53
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Bridgend: Stationery.
Section I: Contracting Authority
      I.1) Name and addresses
             Education Buying Group Ltd, United Kingdom
             c/o Browne Jacobson LLP, 15th Floor, 6 Bevis Marks, Bury Court, Bridgend, UK, United Kingdom
             Tel. +44 3333201015, Email: zoe.lloyd-jones@2buy2.com
             Contact: Zoe Jones
             Main Address: www.educationbuying.com
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/respond/993824FZ36
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/993824FZ36 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: Not provided
      I.4) Type of the contracting authority
            Other type:: Education
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: School Supplies Framework Agreement       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      30192700 - Stationery.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The primary objective of this procurement is to establish a framework agreement for education establishments and other similar organisations in order that they can access a wide range of goods and supplies needed on a daily basis within a school or office setting. The framework seeks to establish a solution for customers to be able to access products easily and quickly while providing choice and value for money.       
      II.1.5) Estimated total value:
      Value excluding VAT: 45,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Stationery and Office Essentials       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      30192700 - Stationery.
      30199000 - Paper stationery and other items.
      30199700 - Printed stationery except forms.
      30192000 - Office supplies.
      30197600 - Processed paper and paperboard.
      30190000 - Various office equipment and supplies.
      30100000 - Office machinery, equipment and supplies except computers, printers and furniture.
      30197643 - Photocopier paper.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Briefly comprising: Office stationery, small machines and IT accessories, paper and other everyday workplace items. See the tender documents for full details.
      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: 35,600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Renewal for a further 2 years at the end of the initial framework period (i.e. 2 plus 2 or from 2022 - 2024 and 2024 - 2026).
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Educational Supplies       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      39162000 - Educational equipment.
      39162100 - Teaching equipment.
      39162110 - Teaching supplies.
      39162200 - Training aids and devices.
      37000000 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories.
      37524100 - Educational games.
      37524200 - Board games.
      37800000 - Handicraft and art supplies.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Briefly comprising: Educational focused products and supplies, including Digital Learning, Educational Basics, Kitchen, Learning Toys and Games, Science, Sport, Tech / Coding and Maths. See the tender documents for full details.
      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: 9,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Renewal for a further 2 years at the end of the initial framework period (i.e. 2 plus 2 or from 2022 - 2024 and 2024 - 2026).
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/993824FZ36       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   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 several operators       
         Envisaged maximum number of participants to the framework agreement: 4           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: Yes
      Additional information about electronic auction: Education Buying Group Ltd reserve the right to use electron auctions for call-off opportunities under the framework agreement. and not, for clarity, to establish this framework agreement. See the tender documents for full details.
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/06/2022 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:
         Until: 01/09/2022
      
      IV.2.7) Conditions for opening of tenders:
         Date: 10/06/2022
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that eauctions, electronic orders, invoicing and payment may be used by customers of the framework agreement. However, any selection of tenderers will be based solely on the criteria set out for the procurement.

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.
The contractor and its supply chain will be required to actively participate in the achievement of social and/or environmental objectives relating to recruitment, training and supply chain initiatives, and sustainable working. Accordingly, the contract performance conditions may relate in particular to social and/or environmental considerations. This Framework Agreement is being established by Education Buying Group Ltd on behalf of other contracting authorities as defined below:
The following Educational Establishments: Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education Colleges, Universities.
England https://www.gov.uk/find-school-in-england
Scotland https://education.gov.scot/ParentZone/find-a-school/
Wales https://gov.wales/my-local-school-guide
Northern Ireland https://www.eani.org.uk/admissions-guides/transfer-between schools/
finda-school
Academies http://www.education.gov.uk/schools/performance/
Universities and Colleges https://www.gov.uk/check-a-university-is-officially-recognised Also available to the following organisations:- Police, fire and rescue, maritime and coastguard agency emergency services:
UK Police Forces https://www.police.uk/forces/
England, Scotland and Wales Fire and Rescue Services
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
Northern Ireland Fire and Rescue Services https://www.nifrs.org/about-nifrs/areas-districts/
UK Maritime & Coastguard Agency
https://www.gov.uk/government/organisations/maritime-andcoastguardagency/
about/access-and-opening
NHS bodies, the HSC (Northern Ireland) and ambulance services:
England NHS https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Scotland NHS https://www.scot.nhs.uk/organisations/
Wales NHS https://www.wales.nhs.uk/nhswalesaboutus/structure
Northern Ireland HSC http://online.hscni.net/hospitals/health-and-social-care-trusts/
England Ambulance Service
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Scotland Ambulance Service http://www.scottishambulance.com/footer/contactus.aspx
Wales Ambulance Service https://www.ambulance.wales.nhs.uk/
Northern Ireland Ambulance Service http://www.nias.hscni.net/contact us-2/contactdetails/
Central government departments and their agencies:
England / UK Central Government https://www.gov.uk/government/organisations
Scotland Government https://www.gov.scot/about/how-government-is-run/directorates/
Wales Government https://gov.wales/about-us
Northern Ireland Government
https://www.northernireland.gov.uk/topics/yourexecutive/government-departments
Registered charities:
England and Wales http://apps.charitycommission.gov.uk/showcharity/registerofcharities/RegisterHomePage.aspx
Scotland https://www.oscr.org.uk/guidance-and-forms/
Northern Ireland https://www.charitycommissionni.org.uk/charity-search/?pageNumber=1
Registered social landlords: government funded, not-for-profit organisations that provide
affordable housing. They include housing associations, trusts and cooperatives:-
England https://www.gov.uk/government/publications/current-registered-providersofsocial-housing
Scotland https://www.housingregulator.gov.scot/landlord-performance
Wales https://gov.wales/housing
Northern Ireland https://www.nidirect.gov.uk/contacts/
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bridgend:-Stationery./993824FZ36

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/993824FZ36
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 10/05/2022

Annex A


View any Notice Addenda

View Award Notice