Multi-Functional Devices Framework Agreement
Multi-Functional Devices, Managed Print, Shredding and Confidential Waste and Postal Voting Print and Services.
United Kingdom-Birmingham: Office machinery, equipment and supplies except computers, printers and furniture
2017/S 209-433567
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
10 Woodcock Street
Birmingham
B4 7WB
United Kingdom
Contact person: Corporate Procurement Serivces
Telephone: +44 1214648000
E-mail: etendering@birmingham.gov.uk
Fax: +44 1213037322
NUTS code: UKGInternet address(es):Main address: www.finditinbirmingham.com
Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
P0358 — Multi-Functional Devices, Managed Print, Shredding and Confidential Waste and Postal Voting Print and Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Birmingham City Council wishes to establish a Framework Agreement for the provision of Print and Associated Services including:
— managed printing and e-communications service,
— multifunctional devices,
— print management software ana services (this could be an interface with existing software or provision of new software),
— shredding and confidential waste services,
— postal vote managed service,
— postal ballot paper printing,
— ballot paper printing,
— multifunctional devices, print management software and services for schools.
The proposed Framework Agreement will commence on 1.4.2018 for a period of up to 5 years unless terminated under the terms and conditions of contract.
II.1.6)Information about lots
II.2.1)Title:
Managed Printing and eCommunication Service, Multi-Functional Devices, Print Management Software and Services and Shredding and Confidential Waste Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Managed Printing and eCommunication Service, Multi-Functional Devices, Print Management Software and Services and Shredding and Confidential Waste Services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Postal Vote Managed Service — opening and verification of postal votes
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Postal vote managed service — opening and verification of postal votes.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Postal Ballot Paper Pack Printing: specification for 2018 to 2022
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Postal Ballot Paper Pack Printing: specification for 2018 to 2022.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Ballot Paper Printing for 2018 to 2022
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Ballot Paper Printing for 2018 to 2022.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Multi-Functional Devices, Print Management Software and Services to Schools
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Multi-Functional Devices, Print Management Software and Services to Schools.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Details provided in the tender documentation.
III.1.2)Economic and financial standing
Details provided in the tender documentation.
Details provided in the tender documentation.
III.1.3)Technical and professional ability
Details provided in the tender documentation.
Details provided in the tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The framework will be split into Lots as follows:
Lot 1 — managed printing and e-communications service, multifunctional devices, print management software and services and shredding and confidential waste services,
Lot 2 — postal vote managed service — opening and verification of postal votes,
Lot 3 — postal ballot paper pack printing: specification for 2018 to 2022,
Lot 4 — ballot paper printing for 2018 to 2022,
Lot 5 — multifunctional devices, print management software and services for schools.
BCC will be using its e-tendering system (in-tend) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is: https://in-tendhost.co.uk/birminghamcc
Registration and use of In-tend is free. All correspondence for this procurement process must be via the In-tend correspondence function. If you are unable to register with In-tend please either email cps@birmingham.gov.uk or call 0121 464 8000.
If you are interested in tendering please click on the following link to access Birmingham City Councils tender Portal: https://in-tendhost.co.uk/birminghamcc/ and submit your details to register as a bidder. We will send you a log on and password so you can download the selection questionnaire. Requests to participate must be by way of completion and return of the selection questionnaire no later than 12:00 hours on 30th November 2017 using the Supplier Portal.
The contracting authority is seeking to establish the framework agreement as available also for use by or on behalf of UK public sector bodies (and their statutory successors and organisations created as a result of re-organisation or organisational changes).
These will include:
— Local Authorities i.e. a local authority as defined in Regulation 3(2) to (5) of the Public Contracts Regulations 2015.
— Registered Providers (a list can be found at www.housingnet.co.uk),
— NHS Bodies i.e. Acute Trusts, Ambulance Trusts, Primary Care trusts, Care trusts, NHS Hospital trusts, Strategic Health Authorities, Mental Health Trusts, Special Health authorities (a list of such authorities and trusts can be found at http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx),
— Police and Emergency Services authorities i.e. fire authorities, fire and rescue authorities (a list if fire authorities can be found at www.fireservice.co.uk/information/ukfrs), police authorities and the Metropolitan Police Authority as defined by Regulations 3 (1)(j) to (p) of the Regulations,
— Educational establishments i.e. schools maintained by local authorities, Academies, City Technology Colleges, further education establishments and Universities,
— Central Government Departments and their Agencies (a list of Executive Agencies can be found at www.cabinetoffice.gov.uk/resource-library/government-ministers-and-responsibilities),
— Non Departmental Public Bodies (a list of NDPBs can be found at Annex A to the Public Bodies Directory 2009 published by the Cabinet Office which can be found at www.civilservice.gov.uk/about/resources/ndpb),
— Registered charities (a list can be found at www.charity-commission.gov.uk)
VI.4.1)Review body
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079477882Internet address:http://www.justice.gov.uk
VI.4.3)Review procedure
Any review proceedings should be promptly brought to the attention of Birmingham City Council and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any review proceedings must be brought within the time-scales specified by the applicable law, including, without limitation, PCR 2015. In accordance with PCR 2015, BCC will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to tenderers.
VI.5)Date of dispatch of this notice:
Read More
Crescent Purchasing Consortium Electronic Office Supplies Framework
Public Sector Office Supplies and Equipment Framework
Multi-Functional Devices – Invitation to Tender