Section one: Contracting authority
one.1) Name and addresses
District Homes C.I.C
97 Judd Street
London
WC1H 9JG
Contact
Lisa Hodgman
lisahodgman@echelonconsultancy.co.uk
Telephone
+44 707339800
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.echelonconsultancy.co.uk/
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58428&B=ECHELON
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58428&B=ECHELON
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Total Business Solutions Framework
Reference number
ECH 1138
two.1.2) Main CPV code
- 30190000 - Various office equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
District Homes CIC seek expressions of interest from suitably experienced and qualified suppliers to enter into a single-supplier, 4-year Framework Agreement for the provision of a full range of business supplies. The scope of the framework is to provide a Total Business Supplies Solutions for the Contracting Authority and any other Authorised User that signs a Call-Off Contract under the Framework Agreement.
The offering includes all goods and services required to meet office and business requirements from a “one-stop-shop”. The framework will operate across the UK. District Homes has appointed Pretium Frameworks Ltd to manage the framework on its behalf. The estimated value of the framework is up to £5million over the 4-year term.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30192000 - Office supplies
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30130000 - Post-office equipment
- 64122000 - Internal office mail and messenger services
- 90919000 - Office, school and office equipment cleaning services
- 90919200 - Office cleaning services
- 30192400 - Reprographic supplies
- 30199730 - Business cards
- 30192700 - Stationery
- 30120000 - Photocopying and offset printing equipment
- 39830000 - Cleaning products
- 18100000 - Occupational clothing, special workwear and accessories
- 18143000 - Protective gear
- 22000000 - Printed matter and related products
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
- 48000000 - Software package and information systems
- 64000000 - Postal and telecommunications services
- 15800000 - Miscellaneous food products
- 18140000 - Workwear accessories
- 18222000 - Corporate clothing
- 18830000 - Protective footwear
- 22100000 - Printed books, brochures and leaflets
- 22800000 - Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
- 22900000 - Miscellaneous printed matter
- 24900000 - Fine and various chemical products
- 30123000 - Office and business machines
- 30125100 - Toner cartridges
- 30192113 - Ink cartridges
- 30197643 - Photocopier paper
- 30199000 - Paper stationery and other items
- 30199230 - Envelopes
- 30200000 - Computer equipment and supplies
- 30230000 - Computer-related equipment
- 30234000 - Storage media
- 30237200 - Computer accessories
- 31600000 - Electrical equipment and apparatus
- 32500000 - Telecommunications equipment and supplies
- 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
- 35100000 - Emergency and security equipment
- 35111300 - Fire extinguishers
- 35113000 - Safety equipment
- 35121000 - Security equipment
- 39130000 - Office furniture
- 39134000 - Computer furniture
- 39160000 - School furniture
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 39260000 - Delivery trays and desk equipment
- 39290000 - Miscellaneous furnishing
- 39300000 - Miscellaneous equipment
- 39700000 - Domestic appliances
- 41000000 - Collected and purified water
- 42500000 - Cooling and ventilation equipment
- 50312600 - Maintenance and repair of information technology equipment
- 50312610 - Maintenance of information technology equipment
- 50312620 - Repair of information technology equipment
- 50313000 - Maintenance and repair of reprographic machinery
- 50313200 - Photocopier maintenance services
- 51600000 - Installation services of computers and office equipment
- 64200000 - Telecommunications services
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 72222300 - Information technology services
- 72512000 - Document management services
- 79520000 - Reprographic services
- 79521000 - Photocopying services
- 79800000 - Printing and related services
- 79900000 - Miscellaneous business and business-related services
- 79934000 - Furniture design services
- 98341130 - Janitorial services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK Wide
two.2.4) Description of the procurement
District Homes CIC seek expressions of interest from suitably experienced and qualified suppliers to enter into a single-supplier, 4-year Framework Agreement for the provision of a full range of business supplies. The scope of the framework is to provide a Total Business Supplies Solutions for the Contracting Authority and any other Authorised User that signs a Call-Off Contract under the Framework Agreement.
The offering includes all goods and services required to meet office and business requirements from a “one-stop-shop”. The framework will operate across the UK. District Homes has appointed Pretium Frameworks Ltd to manage the framework on its behalf. The estimated value of the framework is up to £5million over the 4-year term.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
For absolute clarity, District homes are seeking to appoint ONE supplier who can supply all requirements of the framework.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As set out in the procurement and tender documentation.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the procurement and tender documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
8 March 2023
Local time
12:00pm
Changed to:
Date
15 March 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 March 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework at any stage of the procurement process.
The Contracting Authority also reserves the right not to award the Framework.
Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or Tendering for this Framework.
Any selection of tenderers will be based solely on the criteria set out for the procurement. The framework is to operate across the UK and will be open to the following organisations (“Authorised Users”) to access:
(i) any Social Housing Provider in the United Kingdom from time to time (including Registered Providers, local authorities and Arm’s Length Management Organisations). A list of the current registered providers of social housing can be found here: https://www.gov.uk/government/publications/registered-providers-of-social-housing/list-of-registered-providers-14-april-2022-accessible-version
(ii) any national, regional or local health authority in the United Kingdom from time to time including (without limitation) any NHS Trust or body;
(iii) any educational establishment...
any other “contracting authority” in the United Kingdom as defined in the Public Contracts Regulations 2015;
(iv) any supply chain member of any of the organisations listed in paragraphs (i), (ii), or (iii) above; and
(v) any private sector organisation that is not otherwise covered by paragraph (iv) above,
and in each case who has entered into an Access Agreement with the Contracting Authority and Pretium to access the Framework.
Note that the estimated Framework value given in this Notice is an estimate only. The actual value may vary depending on how many organisations decide to access and call off contracts under the Framework.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom