Managed Services Tender for Printers and MFDs
The client intends to replace its existing fleet of printers with a managed print service.
United Kingdom-Reading: Printers and plotters
2019/S 078-188494
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court
Reading
RG2 0BY
United Kingdom
E-mail: procurement.support.centre@thameswater.co.uk
NUTS code: UKJ11
Internet address(es):Main address: www.thameswater.co.uk
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Printers and MFDs (Managed Service)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Historically, the client has managed our own fleet of printers, relying on the printer suppliers to carry out maintenance, and to supply ink, toner and other supplies. There has been partial reporting and cost attribution, but limited network connectedness and the remote locations of many printers have restricted the client’s ability to achieve its goals for fully attributing costs and managing print volumes.
The client intends to replace its existing fleet of printers with a managed print service with the broad aims of reducing excessive print volumes, increasing accountability for print costs, attributing print costs to users, and reducing overall costs.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Whole of the Thames Water region.
II.2.4)Description of the procurement:
Contract for printer/plotters hardware managed service.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Any agreement awarded would be for an initial duration of 5 years, with options to extend up to a maximum overall term of 8 years.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Any agreement awarded would be for an initial duration of 5 years, with options to extend up to a maximum overall term of 8 years.
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
As detailed in the PQQ
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
As detailed in the PQQ documentation.
III.1.6)Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in the invitation to negotiate.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortia may be required to form a legal entity prior to award.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
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
Between 5 — 8 years
VI.2)Information about electronic workflows
VI.3)Additional information:
All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3 of this notice, i.e. https://www.thameswater.co.uk/procurement
VI.4.1)Review body
Reading
United Kingdom
VI.4.3)Review procedure
Thames Water Utilities Ltd will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4)Service from which information about the review procedure may be obtained
Reading
United Kingdom
VI.5)Date of dispatch of this notice: