Office Equipment and Office Administration Tender
Managed Office Administration Services and the Supply of Office Equipment and Consumables.
United Kingdom-Chester: Office-support services
2020/S 061-146755
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Liverpool Road
Town: Chester
NUTS code: UKD63
Postal code: CH2 1UL
Country: United Kingdom
E-mail: info@coch-cps.co.uk
Telephone: +44 1244365143
I.1)Name and addresses
Town: UK
NUTS code: UK
Country: United Kingdom
E-mail: info@coch-cps.co.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
National Framework Agreement for Managed Office Administration Services and the Supply of Office Equipment and Consumables
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Countess of Chester Hospital NHS Foundation Trust, through its Commercial Procurement Services, wishes to award a multi-supplier national framework agreement with two lots:
Lot 1: the provision of managed office administration services;
Lot 2: the supply of office equipment and consumables.
Tenders may be submitted for one or both lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: the Provision of Managed Office Administration Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1 of the framework will be for the provision of managed service for office administration to public sector organisations, excluding NHS organisations in England. NHS organisations in England are provided for by NHS Supply Chain and are outside the scope of this specification.
Suppliers appointed to lot 1 must be able to meet all aspects of the lot 1 framework specification. Client organisations will, however, be able to contract for individual service elements of the service as required.
Call-off contracts will be for a managed service containing one or more of the service elements detailed below, provided predominantly on a fixed fee cost basis rather than on a cost per transaction basis.
The provision of a fully secure managed service will include the following service elements:
1) provision of a managed service for office supplies including all items for daily use and special sourcing for ad hoc requests, including; purchasing, storage and consolidation of deliveries for specific requests;
2) provision of a fully managed print service, to include provision of print equipment service, maintenance and consumables;
3) provision of a secure document disposal service;
4) provision of hybrid mail services, to include printing, franking, post and email;
5) provision of on-line ordering system to support the provision of the above four services, that is adaptable to individual client organisations standing financial instructions, including authorisation processes and ability to encompass service line reporting and fully transparent audit trail.
II.2.5)Award criteria
II.2.6)Estimated value
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:
Lot 2: The Supply of Office Equipment and Consumables
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2 of the framework will be for the transactional provision of office supplies to public sector organisations, excluding NHS organisations in England. NHS organisations in England are provided for by NHS Supply Chain and are outside the scope of this specification.
The supplier shall provide some or all of the product groupings shown below. The examples quoted are not restricted. The scope of lot 2 shall be any product covered by those CPV codes included in the OJEU contract notice accompanying this specification.
Office stationery — general office stationery products such as pens, pencils, desktop accessories, filing, presentation items, diaries and associated office supplies.
Office paper — office paper products such as cut paper and board.
Educational stationery – such as art supplies, teaching supplies, exercise books, school books, exercise papers, water based ink pens, wood free colouring pencils.
Janitorial products — janitorial cleaning products such as washroom supplies, blue roll, washing-up liquid and refuse sacks.
Office machines – such as printers, copiers and other multifunctional devices, paper shredding machines, label making machines and laminators.
Personal protection equipment – personal protection equipment such as safety clothing, hard hats, first aid kits, fire extinguishers and eye protectors.
Electronic office supplies — electronic office supplies such as ink and toner printer cartridges, electronic storage media and peripherals.
Catering goods and consumables – such as tea, coffee, napkins, mugs, cups, teapots, glasses and cutlery.
The supplier shall provide branded (products which contain a manufacturer brand name) and/or own brand/unbranded (products which contain the supplier’s own brand name or products available as an alternative to a manufacturer’s branded product).
II.2.5)Award criteria
II.2.6)Estimated value
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.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Suppliers instructions how to express interest and bid for this tender:
1) browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities;
2) select the title of the ITT;
3) review the ITT, framework agreement specification, prerequisites and list of eligible users (you may do thiswithout registering);
4) register your organisation on the eSourcing portal (this is only required once);
5) accept the portal terms and conditions and click ‘continue’,
Enter your organisation and user details;
Note the username you chose and click ‘Save’ when complete;
You will shortly receive an e-mail with your unique password (please keep this secure).
6) login to the portal with the username/password;
7) click the ‘PQQs/ITTs Open To All Suppliers’ link. (These are pre-qualification questionnaires or invitations totender open to any registered supplier);
8) click on the relevant PQQ/ITT to access the content;
9) click the ‘Express Interest’ button at the top of the page. This will move the PQQ/ITT into your ‘My PQQs/My ITTs’ page. (This is a secure area reserved for your projects only). You can now access any attachments byclicking ‘Buyer Attachments’ in the ‘PQQ/ITT Details’ box;
10) responding to the ITT. Click ‘My Response’ under ‘PQQ/ITT Details’, you can choose to ‘Create Response’or to ‘Decline to Respond’ (please give a reason if declining). You can now use the messages function tocommunicate with the buyer and seek any clarification Note the deadline for completion, then follow the on-screen instructions to complete the ITT There may be a mixture of online and offline actions for you to perform(there is detailed online help available). You must then submit your reply using the ‘Submit Response’ buttonat the top of the page. If you require any further assistance please consult the online help, or contact theeTendering help desk.
VI.4.1)Review body
Town: London
Country: United Kingdom
VI.4.3)Review procedure
The Countess of Chester Hospital NHS Foundation Trust will incorporate a standstill period at the point information on the award of the framework agreement 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 framework agreement is entered into
The Public Contracts Regulations 2015 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.5)Date of dispatch of this notice: