House of Lords: HOL Photocopiers

  House of Lords is using Delta eSourcing to run this tender exercise

Notice Summary
Title: HOL Photocopiers
Notice type: Contract Notice
Authority: House of Lords
Nature of contract: Supplies
Procedure: Restricted
Short Description: Supply, installation and maintenance of photocopiers and associated consumables for the House of Lords, throughout the Parliamentary Estate. The contractor may also be required to relocate photocopiers as and when required. The contractor will also be required to manage the transition from existing equipment leases, which have varied expiry dates. There are currently 42 machines. Of which 38 are standard machines representing a total annual spend of approximately £43,000. On-site call out response times for these machines is currently 4 hours. The other 4 machines are print production machines representing a total annual spend of approximately £59,000. These high capacity photocopiers are used largely for long print runs; one of the copiers is also used for some binding tasks. The on-site call out response time for the print production machines is 2 hours. The duration of the contract is 4 years.
Published: 23/12/2013 14:27
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-London: Photocopiers.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Corporate Officer of the House of Lords
      ., London, SW1A 0PW, United Kingdom
      Tel. +44 2072191868, Email: holprocurement@parliament.uk
      Contact: House of Lords Procurement Office

      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:
      General Public Services

   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: HOL Photocopiers
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Lease

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Photocopiers. Photocopying equipment. Photocopier maintenance services. Supply, installation and maintenance of photocopiers and associated consumables for the House of Lords,
throughout the Parliamentary Estate. The contractor may also be required to relocate photocopiers as and when
required. The contractor will also be required to manage the transition from existing equipment leases, which
have varied expiry dates.
There are currently 42 machines. Of which 38 are standard machines representing a total annual spend of approximately £43,000. On-site call out response times for these machines is currently 4 hours. The other 4 machines are print production machines representing a total annual spend of approximately £59,000. These high capacity photocopiers are used largely for long print runs; one of the copiers is also used for some binding tasks. The on-site call out response time for the print production machines is 2 hours.
The duration of the contract is 4 years.
         
      II.1.6)Common Procurement Vocabulary:
         30121100 - Photocopiers.
         
         30121200 - Photocopying equipment.
         
         50313200 - Photocopier maintenance services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided      
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided         
         Estimated value excluding VAT: 102,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   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:
      Not Provided
      
      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:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 7         
         Objective Criteria for choosing the limited number of candidates:
         Objective criteria for choosing the limited number of candidates: Criteria stated in the Pre Qualification Questionnaire and associated documentation.   
   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: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2013/S 179 - 308442 of 14/09/2013
               
         Other previous publications: No                

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


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 31/01/2014
         Time: 14:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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.

For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/UK-London:-Photocopiers./V2397K6YY9

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/V2397K6YY9

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Photocopiers./V2397K6YY9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V2397K6YY9
GO-20131223-PRO-5354153 TKR-20131223-PRO-5354152
   
   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: 23/12/2013

ANNEX A

View any Notice Addenda

View Award Notice