By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

National Public Sector Workplace Supplies and Services Framework.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Dartford Borough Council
Civic Centre, Home Gardens
Contact point(s): DBC Procurement Team
DA1 1DR Dartford
United Kingdom
Telephone: +44 1322343315
E-mail:

Internet address(es):

General address of the contracting authority: http://www.dartford.gov.uk/

Electronic access to information: https://www.kentbusinessportal.org.uk/procontract/supplier.nsf

Electronic submission of tenders and requests to participate: https://www.kentbusinessportal.org.uk/procontract/supplier.nsf

Further information can be obtained from: Dartford Borough Council
Civic Centre, Home Gardens
For the attention of: DBC Procurement Team
DA1 1DR Dartford
United Kingdom
Telephone: +44 1322343315
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Dartford Borough Council
Civic Centre, Home Gardens
For the attention of: DBC Procurement Team
DA1 1DR Dartford
United Kingdom
Telephone: +44 1322343315
E-mail:

Tenders or requests to participate must be sent to: Dartford Borough Council
Civic Centre, Home Gardens
For the attention of: DBC Procurement Team
DA1 1DR Dartford
United Kingdom
Telephone: +44 1322343315
E-mail:

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

Various
Various
United Kingdom

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
National Public Sector Workplace Supplies and Services Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UK

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
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 12

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 37 500 000 and 160 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Contracting Authority wishes to establish a framework agreement for the provision of workplace supplies and services. The framework will focus upon, but not be limited to, the supply of office stationery, paper, IT print consumables, cleaning and janitorial supplies including paper and hygiene products, personal protective equipment, furniture (including planning supply and installation), catering supplies and equipment, work-wear and related clothing, office waste services, office equipment and promotional products. The Contracting Authority wishes to establish a Framework Agreement to meet the workplace supplies and services needs of organisations across the entire public sector across a 12 Lots as detailed below; covering the broad range of workplace supplies and services detailed above and within the Invitation to Tender documentation. The framework is let on behalf of the Dartford Borough Council but will also be open for use by all other public sector contracting authorities (and any future successors to these organisations),(as defined in Part 1, General, 2 (1) of the Public Contract Regulations 2015) or their agents. These include but are not limited to central government departments and their agencies, Non-Departmental Public Bodies (NDPBs), NHS bodies (including: acute trusts, ambulance trusts, primary care trusts, care trusts, NHS hospital trusts, strategic health authorities, mental health trusts, special health authorities), Local Authorities, Police Authorities, Emergency Services, Educational Establishments (including Schools, Universities, Academies, Academies Trusts, Free Schools, Colleges of Further Education), Hospices, National Parks and Registered Social Landlords who have a need to purchase these services.

Full details of the classification of end user establishments and geographical areas is available on: http://www.npg-ltd.com/tenders/

The framework will consist of 12 Lots as detailed below:
Lot 1 - National Workplace Supplies and Services 1-Stop-Shop;
Lot 2 - Office Stationery and Supplies;
Lot 3 - IT and Print Consumables;
Lot 4 - Paper Supplies;
Lot 5 - Cleaning and Janitorial Supplies including Paper and Hygiene Products;
Lot 6 - Personal Protective Equipment;
Lot 7 - Furniture - including Planning, Supply and Installation;
Lot 8 - Catering Supplies and Equipment;
Lot 9 - Work-wear and Related Clothing;
Lot 10 - Office Waste Services;
Lot 11 - Office Equipment;
Lot 12 - Promotional Products.
The Contracting Authority is looking to appoint a single supplier to each of the framework Lots.
II.1.6)Common procurement vocabulary (CPV)

30100000, 30191000, 18100000, 22000000, 24000000, 30000000, 30191100, 30192000, 30197630, 30197642, 30197643, 30199000, 33000000, 35110000, 35810000, 39000000, 39100000, 79400000, 79900000, 90000000, 90500000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)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:
It is anticipated that, as a minimum, the Contracting Authority will utilise this framework for its workplace solutions and supplies requirements however it cannot guarantee that any purchases will be made through the framework during the course of the agreement. The Contract Authority's current workplace solutions framework is utilised by a number of public sector organisations but again no guarantee of future purchases under the framework can be given. The volume of the requirement under this framework is therefore dependent upon the take up of the agreement by potential end users. The total value of the framework is anticipated not to exceed 160 000 000 over the 4 year term of the framework.
Estimated value excluding VAT:
Range: between 37 500 000 and 160 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Contracting Authority reserves the right to extend the framework by 12 months at its absolute discretion.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please refer to the Invitation to Tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the Invitation to Tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: Please refer to the Invitation to Tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Invitation to Tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the Invitation to Tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ACME-4N75KL
IV.3.2)Previous publication(s) concerning the same contract
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
9.9.2016 - 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
Persons authorised to be present at the opening of tenders: no

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

Northern Procurement Group Limited (who are a subsidiary of Dukefield Limited) are acting as agents of Dartford Borough Council in the development and ongoing contract management of this framework. The contracting authority will be using an e-tendering system to conduct the procurement exercise. This opportunity will be completed electronically via ProContract, a site run by Due North. Dartford Borough Council wishes to award a Framework Agreement for the provision of a suite of workplace supplies and services to include, but not be limited to, the supply of office stationery, paper, IT consumables, furniture, personal protective equipment, catering supplies and equipment, cleaning and janitorial supplies, document and data media shredding, promotional products, work-wear, office equipment and associated consultancy services to fulfil the requirements of the wider public sector as a whole in this respect. Full details of the project can be obtained by registering a formal expression of interest for this opportunity on the Kent Business Portal: www.kentbusinessportal.org.uk Once you have registered your expression of interest, the nominated contact for your company will be sent 2 emails. The 1st will confirm your expression of interest and the 2nd will contain a link to enable you to access all the project documents for this quotation. Should you fail to receive the email notifications, please login to the supplier homepage of the Kent Business Portal: https://www.kentbusinessportal.org.uk/procontract/supplier.nsf/frm_home?ReadForm and follow the steps below: 1. Click on the ‘My Opportunities’ link on the right hand side; 2. Change the ‘Organisations’ drop-down menu to Dartford Borough Council and wait for the screen to refresh; 3. Click on the ‘Contract ID’ link for the ‘National Public Sector Workplace Supplies and Services Framework’ opportunity; 4. Click on the ‘National Public Sector Workplace Supplies and Services Framework’ title link and from the next screen you will be able to view and download all the project documents. The deadline for submission of your completed tender is: 12:00 on Friday, 9.9.2016 (GMT). If you are viewing this opportunity outside of the Kent Business Portal, follow the instructions below to see the advert and formally register your expression of interest; 5. Click on the following link to open the ‘Opportunities’ page on the Kent Business Portal: https://www.kentbusinessportal.org.uk/procontract/supplier.nsf/frm_opportunity_search?openForm&from;=frm_home 6. Change the ‘Organisations’ drop-down menu to Dartford Borough Council and click on the ‘Search’ button; 7. Click on the ‘Contract Title’ link for the ‘National Public Sector Workplace Supplies and Services Framework’ project; 8. If you are a registered user of the Kent Business Portal click on the ‘Login and Register Interest’ button at the bottom of the screen otherwise click on the ‘Register Free’ link at the top of the page. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. The Contracting Authority further reserves the right not to award any contract as a result of the procurement process and reserves the right to cancel the entire process or parts of the tender process commenced by the publication of this notice and in no circumstances will it be liable for any costs incurred by tenderers. The value of the framework provided in Section II.1.4) is only an estimate and the Contracting Authority cannot guarantee any business through this framework agreement. The Contracting Authority wishes to establish a Framework Agreement open for use by all Public Sector Bodies as stated in II.1.5) Lodging of Appeals: Dartford Borough Council shall in accordance with the Public Contracts Regulations 2015, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers. The Council shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision, and shall do so by notice in writing by the most rapid means of communication practicable. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Dartford Borough Council
Civic Centre, Home Gardens
DA1 1DR Dartford
United Kingdom
E-mail:
Telephone: +44 1322343315

Body responsible for mediation procedures

Dartford Borough Council
Civic Centre, Home Gardens
DA1 1DR Dartford
United Kingdom
E-mail:
Telephone: +44 1322343315

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Dartford Borough Council
Civic Centre, Home Gardens
DA1 1DR Dartford
United Kingdom
E-mail:
Telephone: +44 1322343315

VI.5)Date of dispatch of this notice:
8.8.2016