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

WPC Office Equipment.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Cardiff County Council
Procurement & Supplies, Bessemer Close, Leckwith Industrial Estate
For the attention of: Josslyn Stephens, see details below
CF11 8XH Cardiff
UNITED KINGDOM

Internet address(es):

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

Address of the buyer profile: http://www.cardiff.gov.uk

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
Education
General public services
Housing and community amenities
Public order and safety
Recreation, culture and religion
Social protection
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
WPC Office Equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Deliveries to be made within the two trading authorities operating under the Welsh Purchasing Consortium; Cardiff and Bridgend. Deliveries will be made directly to the customer.

NUTS code UKL

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: 27

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: 314 260 GBP
Frequency and value of the contracts to be awarded: Every 4 years.
II.1.5)Short description of the contract or purchase(s)
Through a 3 year contract with an option to extend for a further 12 months, the Welsh Purchasing Consortium wishes to appoint suppliers who can provide them with office equipment to meet the requirements of its users.
Products include, but are not restricted to fax machines, telephones, laminators, shredders, trimmers and guillotines, binding machines, dictation and note takers, electric pencil sharpeners, bank note detectors and cash counters as well as accessories for use with these machines.
Community Benefits doesn't apply to this contract.
II.1.6)Common procurement vocabulary (CPV)

30000000, 30100000, 30123000, 30123600, 30124000, 30142000, 30191000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Shredders (Basket 1).
Laminators (Basket 2).
Comb Binders (Basket 3).
Guillotines and Trimmers (Basket 4).
Telephones (Basket 5).
Dictation and Note Takers (Basket 6).
Sharpeners (Basket 7).
Fax Machines (Basket 8).
Note Detectors and Cash Counters (Basket 9).
Estimated value excluding VAT: 314 260 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.4.2012. Completion 31.3.2016

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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: (a) is bankrupt or is being wound up, whose affairs are being administered by the courts, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See tender pack.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(j) where appropriate, samples, descriptions and photographs of products and quality assurance certificates.
See tender pack.
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

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
Envisaged minimum number 9: and maximum number 27
Objective criteria for choosing the limited number of candidates: One per lot.
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 below

1. Price. Weighting 70 %

2. Quality (breakdown below). Weighting 30 %

3. Delivery. Weighting 30 %

4. Quality. Weighting 30 %

5. Ordering. Weighting 20 %

6. Financial & economic. Weighting 10 %

7. Other information. Weighting 10 %

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:
6515CCC (WPC/C021/12)
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 19.1.2012 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
5.1.2012 - 16:00
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
in days: 90 days (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 19.1.2012 - 12:00

Place:

County Hall, Atlantic Wharf, Cardiff.

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: yes
Estimated timing for further notices to be published: 4 years
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
Cardiff Council is acting as the lead authority for this Welsh Purchasing Consortium (WPC) arrangement. The framework will be used by the two trading authorities within the WPC; Cardiff County Supplies and Bridgend County Borough Supplies.
The framework contains the supply of office equipment.

Cardiff Council will be conducting this procurement exercise using the Alito E-tendering portal. This can be found at http://appswales.alito.co.uk.

To express an interest and download the documents for this tender opportunity, you will need to visit this site and perform a simple free registration for your organisation. *** All suppliers must select category GO12 - Office Equipment Supplies and must have selected this on their supplier profile to access the tender documents*** Please note the successful companies will need to be fully registered for this category before the framework can commence. Once registration is complete you will be able to register your interest in the tender in order to download the documents. If you have any problems accessing the information then please contact The Sourcing Team on +44 2920873732 and they will be able to assist you.
Expressions of Interest will ONLY be accepted through the Alito Portal.
The deadline for expressing an interest is: by 16:00:00hrs Thursday 5.1.2012. The deadline for the return of the tender submission is 12:00:00hrs (noon) Thursday 19.1.2012.
Please note; Tenderers will not be able to access the documentation after 16:00:00hrs Thursday 5.1.2012. The system will automatically deny access.
All correspondence should be directed through the dialogue tab within the Alito portal.
The contact in Corporate Procurement Services for this tender is:
Josslyn Stephens, Assistant Procurement Officer.
Buy4Wales Reference Number: 26014.
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:
25.11.2011