Multifunctional Devices and Associated Digital Solutions Framework (Ангилья - Тендер #48267710) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 48267710 Дата публикации: 19-11-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
CBG Buying
International House, 24 Holborn Viaduct
London
EC1A 2BN
UK
Telephone: +44 8001953010
E-mail: Steve@charitiesbuyinggroup.com
NUTS: UKI
Internet address(es)
Main address: http://www.charitiesbuyinggroup.com/
Address of the buyer profile: http://www.charitiesbuyinggroup.com/
I.1) Name and addressesPublic Sector
International House
London
EC1A 2BN
UK
E-mail: Steve@charitiesbuyinggroup.com
NUTS: UK
Internet address(es)
Main address: http://www.charitiesbuyinggroup.com/
Address of the buyer profile: http://www.charitiesbuyinggroup.com/
I.1) Name and addressesDukefield Procurement Limited
Parkside House 167, Chorley
Bolton
BL1 4RA
UK
Telephone: +44 7966040564
E-mail: steve.davies@dukefieldprocurement.co.uk
NUTS: UKD3
Internet address(es)
Main address: http://www.dukefield.co.uk/about-us/
Address of the buyer profile: http://www.dukefield.co.uk/about-us/
I.2) Joint procurementThe contract involves joint procurement
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://suppliers.multiquote.com
Additional information can be obtained from another address:
CBG Buying
International House, 24 Holborn Viaduct
London
EC1A 2BN
UK
Telephone: +44 8001953010
E-mail: Steve@charitiesbuyinggroup.com
NUTS: UKI
Internet address(es)
Main address: http://www.charitiesbuyinggroup.com/
Address of the buyer profile: http://www.charitiesbuyinggroup.com/
Tenders or requests to participate must be sent electronically to:
https://suppliers.multiquote.com
Tenders or requests to participate must be sent to the abovementioned address
Body governed by public law
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleMultifunctional Devices and Associated Digital Solutions Framework
Reference number: CA13138 - CBG/DU/MFD/01
II.1.2) Main CPV code79800000
II.1.3) Type of contractServices
II.1.4) Short descriptionThis is a framework for the supply of multifunctional devices and associated digital solutions. It is let by the CBG Buying Community Interest Company known as Charities Buying Group and is available for use by members of the Charities Buying Group and all other organisations across the UK Public Sector.
II.1.5) Estimated total valueValue excluding VAT: 100 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)30191000
79811000
63120000
48311000
30197645
30231300
30125000
38651000
72512000
79810000
32320000
30121100
30197630
79520000
72212310
30192400
30192110
38651600
48000000
50313000
30232100
30232110
79410000
50340000
79571000
50313100
30232140
72212780
30192113
79521000
22100000
79821000
30121000
30232000
30200000
48300000
30232130
79820000
51000000
50313200
48517000
30236000
79570000
30121300
30131000
30000000
22900000
22800000
30123000
63121000
64110000
30121200
30231310
30130000
79999100
22200000
38520000
64100000
79995100
30197642
79823000
79824000
48782000
22000000
50310000
30120000
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurementThis framework will provide access to a comprehensive suite of multifunctional devices and associated digital solutions. It is being established to meet the needs of Charities Buying Group Members,http://www.charitiesbuyinggroup.com. It is also open for use by all contracting authorities across the UK public sector (and any future successors). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and registered Social Landlords. Full details of the classification of eligible end user organisations and geographical areas is available at
http://www.dukefieldprocurement.co.uk/fts-eligible-users
The Framework will be let across a single lot, with a maximum of 10 suppliers awarded a place on the framework.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 100 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 10
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information IV.2.2) Time limit for receipt of tenders or requests to participateDate: 20/12/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.7) Conditions for opening of tendersDate: 20/12/2023
Local time: 12:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationCBG Internal Reference Number is CBG/DU/MFD/01. The framework is being delivered by Charities Buying Group and its partners Dukefield Procurement Ltd and Dukefield Print Solutions Limited (who are subsidiaries of Dukefield Limited Ltd). Dukefield Procurement Ltd and Dukefield Print Solutions Limited are acting as agents of Charities Buying Group in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:
https://suppliers.multiquote.com
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Charities Buying Group expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the group"s requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section V.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position in question for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum, where their final evaluation score (s) is within 0.5% of the last placed position. For the avoidance of doubt, the last placed position in respect of this framework is tenth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.
VI.4) Procedures for review VI.4.1) Review bodyCharities Buying Group
International House, 24 Holborn Viaduct
London
EC1A 2BN
UK
VI.4.2) Body responsible for mediation proceduresCharities Buying Group
International House, 24 Holborn Viaduct
London
EC1A 2BN
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures Charities Buying Group will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the
Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtainedCharities Buying Group
International House, 24 Holborn Viaduct
London
EC1A 2BN
UK
VI.5) Date of dispatch of this notice17/11/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | Steve@charitiesbuyinggroup.com |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 79995100 | Archiving services | Library management services |
| 79410000 | Business and management consultancy services | Business and management consultancy and related services |
| 38651000 | Cameras | Photographic equipment |
| 30197645 | Card for printing | Small office equipment |
| 30232130 | Colour graphics printers | Peripheral equipment |
| 30200000 | Computer equipment and supplies | Office and computing machinery, equipment and supplies except furniture and software packages |
| 38651600 | Digital cameras | Cameras |
| 79811000 | Digital printing services | Printing services |
| 30231300 | Display screens | Computer screens and consoles |
| 72212310 | Document creation software development services | Programming services of application software |
| 48300000 | Document creation, drawing, imaging, scheduling and productivity software package | Software package and information systems |
| 72512000 | Document management services | Computer-related management services |
| 48311000 | Document management software package | Document creation software package |
| 30231310 | Flat panel displays | Computer screens and consoles |
| 30192113 | Ink cartridges | Office supplies |
| 30192110 | Ink products | Office supplies |
| 51000000 | Installation services (except software) | Other Services |
| 48517000 | IT software package | Communication software package |
| 30232110 | Laser printers | Peripheral equipment |
| 79571000 | Mailing services | Mailing-list compilation and mailing services |
| 79570000 | Mailing-list compilation and mailing services | Office-support services |
| 30131000 | Mailroom equipment | Post-office equipment |
| 50310000 | Maintenance and repair of office machinery | Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment |
| 50313000 | Maintenance and repair of reprographic machinery | Maintenance and repair of office machinery |
| 30236000 | Miscellaneous computer equipment | Computer-related equipment |
| 22900000 | Miscellaneous printed matter | Printed matter and related products |
| 22200000 | Newspapers, journals, periodicals and magazines | Printed matter and related products |
| 30123000 | Office and business machines | Photocopying and offset printing equipment |
| 30000000 | Office and computing machinery, equipment and supplies except furniture and software packages | Computer and Related Services |
| 30191000 | Office equipment except furniture | Various office equipment and supplies |
| 22800000 | Paper or paperboard registers, account books, binders, forms and other articles of printed stationery | Printed matter and related products |
| 30125000 | Parts and accessories of photocopying apparatus | Photocopying and offset printing equipment |
| 30232000 | Peripheral equipment | Computer-related equipment |
| 50313200 | Photocopier maintenance services | Maintenance and repair of reprographic machinery |
| 30197642 | Photocopier paper and xerographic paper | Small office equipment |
| 50313100 | Photocopier repair services | Maintenance and repair of reprographic machinery |
| 30121100 | Photocopiers | Photocopying and thermocopying equipment |
| 30120000 | Photocopying and offset printing equipment | Office machinery, equipment and supplies except computers, printers and furniture |
| 30121000 | Photocopying and thermocopying equipment | Photocopying and offset printing equipment |
| 30121200 | Photocopying equipment | Photocopying and thermocopying equipment |
| 79521000 | Photocopying services | Reprographic services |
| 30232140 | Plotters | Peripheral equipment |
| 64100000 | Post and courier services | Postal and telecommunications services |
| 64110000 | Postal services | Post and courier services |
| 30130000 | Post-office equipment | Office machinery, equipment and supplies except computers, printers and furniture |
| 79821000 | Print finishing services | Services related to printing |
| 22100000 | Printed books, brochures and leaflets | Printed matter and related products |
| 22000000 | Printed matter and related products | Printing and Publishing |
| 30232100 | Printers and plotters | Peripheral equipment |
| 79823000 | Printing and delivery services | Services related to printing |
| 79824000 | Printing and distribution services | Services related to printing |
| 79800000 | Printing and related services | Business services: law, marketing, consulting, recruitment, printing and security |
| 30197630 | Printing paper | Small office equipment |
| 79810000 | Printing services | Printing and related services |
| 50340000 | Repair and maintenance services of audio-visual and optical equipment | Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment |
| 30121300 | Reproduction equipment | Photocopying and thermocopying equipment |
| 79520000 | Reprographic services | Office-support services |
| 30192400 | Reprographic supplies | Office supplies |
| 38520000 | Scanners | Checking and testing apparatus |
| 79999100 | Scanning services | Scanning and invoicing services |
| 79820000 | Services related to printing | Printing and related services |
| 48000000 | Software package and information systems | Computer and Related Services |
| 63121000 | Storage and retrieval services | Storage and warehousing services |
| 63120000 | Storage and warehousing services | Cargo handling and storage services |
| 48782000 | Storage management software package | System, storage and content management software package |
| 72212780 | System, storage and content management software development services | Programming services of application software |
| 32320000 | Television and audio-visual equipment | Television and radio receivers, and sound or video recording or reproducing apparatus |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |