Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Birmingham City Council, Corporate Procurement Services
PO Box 10680
B4 7WB Birmingham
UNITED KINGDOM
Telephone: +44 1214648000
E-mail: etendering@birmingham.gov.uk
Fax: +44 1213037322
Internet address(es):
General address of the contracting authority: www.finditinbirmingham.com
Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
West Midlands
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
F0162 – office supplies (stationery, reprographic paper and janitorial supplies).
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code UKG
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 720 000 and 45 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Birmingham City Council seeking to establish framework agreements for use by West Midlands boundary public sector bodies or organisations principally the 33 West Midlands local authorities including Educational Establishments, The West Midlands based Fire and Rescue Services, Police Services, Voluntary and Third Sector based Social Enterprises and the West Midlands NHS Health Organisations and Hospitals. Suppliers wishing to be included on the tender list should click on the following link: https://in-tendhost.co.uk/birminghamcc/and complete and return of the pre-qualification document by the date and time specified in section IV.3.4. To register as a bidder, submit your details as instructed. You will be sent a log in and password. This will enable you to download the documentation. If you encounter any problems on the in-tend website, click on the Help button for further information. A response to the pre-qualification (PQQ) must be returned by 1200 hours, 9.7.2013 as stated in the PQQ. For more information contact Andrea Webster, tel. +44 1214644726 via email, andrea.webster@birmingham.gov.uk
II.1.6)Common procurement vocabulary (CPV)
30192000, 39800000, 30197642, 30192700, 30237300, 33760000
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: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Office Supplies
1)Short description
Stationery, Office Paper and other Office Equipment.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Computer Consumables
1)Short description
Ink / toner cartridges and other computer related products including associated collection, disposal and recycling services.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Specialist Print Room Papers
1)Short description
This framework agreement is for the supply of a range of grades and sizes of specialist print room papers.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: No Specialist Cleaning Supplies and Paper Hygiene Products
1)Short description
This framework agreement is for the supply of a range of hygiene and janitorial cleaning products and paper hygiene products.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Specialist Cleaning Products (including equipment)
1)Short description
This framework agreement is for the supply of a range of specialist cleaning products.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Specialist and Non Specialist Cleaning Supplies and Paper Hygiene Products
1)Short description
Complete cleaning and paper hygiene requirement encompassing Lots 4 and 5.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional 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:
The contracting authority reserves the right to require deposits, guarantees, bonds and/or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Legal form to be taken by the group of economic operators to whom the contract is to be awarded. Joint and several liability. No special legal form is required but in the case of group bidders the authority requires that a prime service provider assumes primary liability for the group and that each organisation in the group accepts joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: When executing the contract in the UK the successful tenderer will be required to comply with the recommendations of the code of practice for the elimination of racial discrimination and the promotion of equality of opportunity in employment published by the commission for racial equality. The successful tenderer will be required to participate actively in the service related economic, social and environmental regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly, tender evaluation and contract performance conditions may relate in particular to social, economic and environmental considerations.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As set out in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the tender documentation.
Minimum level(s) of standards possibly required: As set out in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the tender documentation.
Minimum level(s) of standards possibly required:
As set out in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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: yes
Additional information about electronic auction: The Council may wish to auction one or more lots of this contract, a decision will be made before tenders are invited as to whether any Lots will be auctioned.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
F0162
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
9.7.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Birmingham City Council is acting as a Central Purchasing Body (CPB) on behalf of West Midlands boundary public sector bodies or organisations (and any of their statutory successors and organisations created as a result of reorganisation or organisational changes); principally the 33 West Midlands local authorities inc. Educational establishments, the West Midlands based Fire and Rescue Services, Police Services, Voluntary and Third Sector based social enterprises and the West Midlands NHS health organisations and hospitals. The Contracting Authorities are committed to achieving sustainable development outcomes from all its activities. The successful contractor(s) are required to take account of sustainable development e.g. environmental, social and economic impacts of delivery and to actively participate in the protection of the environment. Accordingly contract performance and conditions may relate in particular to social, economic and environmental considerations. This tender process will be conducted using Birmingham City councils e-tendering system ?in-tend?. The portal for this system is https://in-tendhost.co.uk/birminghamcc. Providers must register with the system in order to access documents. Registration and use is free.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.6.2013