University of Bath is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of a Managed Print Service |
Notice type: | Contract Notice |
Authority: | University of Bath |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The University of Bath is seeking tenders for a ‘second generation’ Managed Print Service. We are seeking to appoint a contractor who can undertake to supply, implement and maintain a range of appropriate networked hardware and associated software, throughout the University estate. |
Published: | 22/01/2016 16:57 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University of Bath
Purchasing Services, Claverton Down, Bath, BS2 7AY, United Kingdom
Tel. +44 1225384822, Email: l.hayward@bath.ac.uk, URL: www.bath.ac.uk
Attn: Lester Hayward
Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Printing-services./7M75CD3QP4
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:
Body governed by public law
I.3) Main activity:
Education
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of a Managed Print Service
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
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:
Printing services. Reproduction equipment. Office machinery, equipment and supplies except computers, printers and furniture. Parts and accessories of photocopying apparatus. Maintenance and repair of office machinery. Services related to printing. Photocopying equipment. Hardware integration consultancy services. Office and business machines. Document management services. Printers and plotters. Printing and graphics equipment. Printing machinery. Parts of printing or bookbinding machinery. Print utility software package. Print utility software development services. The University of Bath is seeking tenders for a ‘second generation’ Managed Print Service. We are seeking to appoint a contractor who can undertake to supply, implement and maintain a range of appropriate networked hardware and associated software, throughout the University estate.
II.1.6)Common Procurement Vocabulary:
79810000 - Printing services.
30121300 - Reproduction equipment.
30100000 - Office machinery, equipment and supplies except computers, printers and furniture.
30125000 - Parts and accessories of photocopying apparatus.
50310000 - Maintenance and repair of office machinery.
79820000 - Services related to printing.
30121200 - Photocopying equipment.
72228000 - Hardware integration consultancy services.
30123000 - Office and business machines.
72512000 - Document management services.
30232100 - Printers and plotters.
42962000 - Printing and graphics equipment.
42991200 - Printing machinery.
42991500 - Parts of printing or bookbinding machinery.
48773000 - Print utility software package.
72212772 - Print utility software development services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
We are seeking to appoint a contractor who can undertake to supply, implement and maintain a range of appropriate networked hardware and associated software, throughout the University estate. The chosen solution must be reliable and robust. The Operational Support must target 100% uptime from the software solution and manage the hardware side of the solution so that maximum availability is maintained, even during busy periods, such as multiple assignment hand in periods and the start of the academic year. The current fleet is owned by the University and there are 363 devices. 84% of the print/copy volume is from staff. In terms of number of prints & copies per year, the University currently prints approximately 17 million mono and 2 million colour copies as part of its current MFD fleet. The University is seeking a refresh of the fleet which will need to provide the following services for staff and students:
•Pull Printing
•Scanning
•Copying
•Print Accounting and Budgeting System
•Cash Accounting
•Mobile Printing
•Fleet Management software Tool
•Faxing (on a small number of devices)
Provision of copying and, ideally, printing (including from mobile devices), for guests is also required.
Estimated value excluding VAT: 2,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The initial contract period will be 5 years with the option for 3 annual extensions up to a maximum of 8 years. The University reserves the right to award the extension periods as 3 individual extensions of 1 year or 1 single extension of 3 years depending upon circumstances after 5 years.
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 3
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 36
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (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:
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:Yes
If Yes, description of particular conditions:
It is anticipated that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as Amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 (TUPE) may apply for this contract. Potential bidders are advised to form their own view on whether TUPE applies, obtaining their own legal advice and carrying out due diligence upon issue of the Invitation to Tender.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Please see Pre-Qualification Questionnaire
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(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.
Information and formalities necessary for evaluating if requirements are met:
Please see Pre-Qualification Questionnaire
Minimum Level(s) of standards possibly required:
Please see Pre-Qualification Questionnaire
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Please see Pre-Qualification Questionnaire
Minimum Level(s) of standards possibly required:
Please see Pre-Qualification Questionnaire
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: 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: 6
Objective Criteria for choosing the limited number of candidates:
Please see Pre-Qualification Questionnaire
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: UoBath/Proc/377
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 22/02/2016
Time: 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 18/03/2016
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: This tender is being conducted as part of the University of Bath's eTendering programme run in conjunction with BIPS DELTA. Expressions of interest in this opportunity, further information and/or documents are available at: https://www.delta-esourcing.com. To express an interest in this opportunity you must register on this site to obtain a login and password (If you are already registered you will not need to register again, simply use your existing username and password). Please note there is a password reminder link on the home page. You must log in and go to Your Response Manager and add the following Access Code: 7M75CD3QP4. Please ensure you follow all instructions provided to you there. The deadline for submitting your response is 14:00hrs on the 22nd February 2016. Please ensure that you allow plenty of time when responding especially if you are required to upload response documents. Please note late responses cannot be accepted. If you experience any technical difficulties please contact the Delta eSourcing help desk on +44 8452707050 or email helpdesk@delta-esourcing.com
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Printing-services./7M75CD3QP4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7M75CD3QP4
GO-2016122-PRO-7615931 TKR-2016122-PRO-7615930
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
University of Bath
Purchasing Services, Bath, BA2 7AY, United Kingdom
Tel. +44 1225384822
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: 22/01/2016
ANNEX A