Procurement For All Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | PFA & TPPL Business Solutions Framework |
Notice type: | Contract Notice |
Authority: | The Procurement Partnership Ltd |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | PFA invites tenders for organisations to participate in a 48 month Framework Agreement for the supply of back-office/indirect goods and associated services. The Agreement will be accessible by members of PFA and TPPL. The Agreement may also be used by all Registered Providers of Social Housing, Local Authorities and other contracting authorities that are located in the United Kingdom, including those listed in Schedule 1 of the Public Contracts Regulations 2015/102. The Agreement will be available to all current and future members of TPPL’s buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/. The Agreement is also available to all current and future members of Procurement For All (“PFA”), a public sector consortium with a list of members available from: www.procurementforall.co.uk/about/members/. |
Published: | 16/02/2017 10:58 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Procurement For All Limited
1st Floor, Metropolitan House, 20 Brindley Road, Old Trafford, Manchester, M16 9HQ, United Kingdom
Email: tenders@tppl.co.uk
Main Address: http://www.procurementforall.co.uk
NUTS Code: UKD3
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Various-office-equipment-and-supplies./YJX7276PTK
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/YJX7276PTK 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
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: PFA & TPPL Business Solutions Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
30190000 - Various office equipment and supplies.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: PFA invites tenders for organisations to participate in a 48 month Framework Agreement for the supply of back-office/indirect goods and associated services. The Agreement will be accessible by members of PFA and TPPL. The Agreement may also be used by all Registered Providers of Social Housing, Local Authorities and other contracting authorities that are located in the United Kingdom, including those listed in Schedule 1 of the Public Contracts Regulations 2015/102.
The Agreement will be available to all current and future members of TPPL’s buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/.
The Agreement is also available to all current and future members of Procurement For All (“PFA”), a public sector consortium with a list of members available from:
www.procurementforall.co.uk/about/members/.
II.1.5) Estimated total value:
Value excluding VAT: 60,000,000
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: Bidders can bid and be awarded a position on any combination of lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Office Supplies
Lot No: 1
II.2.2) Additional CPV codes:
30190000 - Various office equipment and supplies.
30192000 - Office supplies.
39130000 - Office furniture.
30192700 - Stationery.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Office supplies, including but not limited to all stationery, postroom items, printer cartridges, toners, business technology, writable data media, furniture, and all other general office supplies.
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: 15,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework (subject to performance) is likely to be re-procured in 48 months.
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: Workwear and Personal Protection Equipment
Lot No: 2
II.2.2) Additional CPV codes:
18100000 - Occupational clothing, special workwear and accessories.
18130000 - Special workwear.
18140000 - Workwear accessories.
18830000 - Protective footwear.
33735100 - Protective goggles.
35113400 - Protective and safety clothing.
35113000 - Safety equipment.
44482000 - Fire-protection devices.
44423300 - Goods-handling equipment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Workwear and Personal Protection Equipment, including but not limited to workwear, casual workwear, careerwear, food industry workwear, weatherwear, footwear, gloves, breathing apparatus, eye/face protection, head protection, hearing protection, respiratory protection and hazard protection. This Lot also covers all appropriate and relevant workplace/factory safety equipment and signage, e.g. environmental control, fire protection, materials handling and spill containment.
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: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework (subject to performance) is likely to be re-procured in 48 months.
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. 3
II.2.1) Title: Cleaning, Catering and Hygiene
Lot No: 3
II.2.2) Additional CPV codes:
39220000 - Kitchen equipment, household and domestic items and catering supplies.
39222000 - Catering supplies.
39222100 - Disposable catering supplies.
39224300 - Brooms and brushes and other articles for household cleaning.
39310000 - Catering equipment.
39525800 - Cleaning cloths.
39800000 - Cleaning and polishing products.
39830000 - Cleaning products.
39831240 - Cleaning compounds.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Cleaning, Catering and Hygiene, including but not limited to hot/cold beverages, drinks machines, milk/sugar, water, condiments, biscuits/confectionery catering essentials, washing-up products, all-purpose cleaners, disinfectants, floor cleaners, cleaning machines/equipment, cleaning tools, washroom systems and laundry supplies
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: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework (subject to performance) is likely to be re-procured in 48 months.
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. 4
II.2.1) Title: Business Solutions
Lot No: 4
II.2.2) Additional CPV codes:
30192000 - Office supplies.
18100000 - Occupational clothing, special workwear and accessories.
30190000 - Various office equipment and supplies.
30192700 - Stationery.
33735100 - Protective goggles.
35113400 - Protective and safety clothing.
39130000 - Office furniture.
39220000 - Kitchen equipment, household and domestic items and catering supplies.
39800000 - Cleaning and polishing products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Business Solutions, including the supply of all products available within Lots 1, 2 and 3. The purpose of Lot 4 is the provision of a one-stop service for the provision of back-office and other indirect goods and associated services. The solution provided to Customers is to include analysis and audit of their existing transactions and processes for the aim of identifying opportunities for increased efficiency, supplier rationalisation and cost reduction using the successful Supplier’s comprehensive supply-chain. This Lot may also incorporate innovative solutions, including but not limited open-book/return-on-sales and all-inclusive managed services.
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: 25,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework (subject to performance) is likely to be re-procured in 48 months.
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
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:
Any conditions are stated in the procurement documents.
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: 10
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: No
Additional information about electronic auction: Not provided
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.2.1) 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: 20/03/2017 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 month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 20/03/2017
Time: 12:05
Place:
TPPL Offices, opening conducted via Delta system
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months from publication of this contract notice
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: Goods and associated services that may not be easily identifiable as part of this tender document can be specified by individual customers during their call-off processes. Therefore other goods and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
The Agreement may be used by all Registered Providers of Social Housing, Local Authorities and other contracting authorities that are located in the United Kingdom, including those listed in Schedule 1 of the Public Contracts Regulations 2015/102.
The following links provide an opportunity to search for local authorities in England, with further links to search for local authorities in Wales, Scotland and Northern Ireland:
https://www.gov.uk/find-local-council
http://www.cosla.gov.uk/scottish-local-government
http://gov.wales/topics/localgovernment/unitary-authorities/?lang=en
https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
As stated the Agreement may also be used by all other contracting authorities within the UK, including but not limited to the following definable groups of contracting authorities:
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf
http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
https://www.nidirect.gov.uk/contacts/housing-associations
http://en.wikipedia.org/wiki/List_of_universities_in_the_United_Kingdom#universities_alphabetically http://en.wikipedia.org/wiki/List_of_law_enforcement_agencies_in_the_United_Kingdom
http://www.charity-commission.gov.uk/showcharity/registerofcharities/registerhomepage.aspx?&=&
http://www.wales.gov.uk/?lang=en
http://www.llgc.org.uk/
https://www.police.uk/forces/
http://www.fireservice.co.uk/information/ukfrs
http://www.citizensadvice.org.uk/index/about/citizens_advice_offices.htm
http://www.sporta.org/member-directory
http://www.scot.nhs.uk/organisations/
http://www.nhsdirect.wales.nhs.uk/localservices/localhealthboards
https://en.wikipedia.org/wiki/Emergency_medical_services_in_the_United_Kingdom
http://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
https://aace.org.uk/uk-ambulance-service/
http://www.ada.org.uk/idb_members_all.html
https://www.gov.uk/government/publications/schools-in-england
http://www.gov.scot/Topics/Statistics/Browse/School-Education/Datasets/contactdetails
http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en
http://www.scotcourts.gov.uk/the-courts/sheriff-court/find-a-court
The Agreement is available to all current and future members of TPPL’s buying club. A list of members of TPPL’s buying club can be obtained from http://www.tppl.co.uk/about-us/our-members/.
The Agreement is also available to all current and future members of Procurement For All (“PFA”), a public sector consortium with a list of members available from:
www.procurementforall.co.uk/about/members/.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Various-office-equipment-and-supplies./YJX7276PTK
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/YJX7276PTK
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Court of Justice, The Strand, London, WC2A 2LL, 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:
PFA will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed/signed (as appropriate).
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order PFA to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
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: 16/02/2017
Annex A