Tender

Total Business Solutions Framework

  • District Homes C.I.C

F02: Contract notice

Notice identifier: 2023/S 000-002842

Procurement identifier (OCID): ocds-h6vhtk-03a13f

Published 30 January 2023, 4:54pm



The closing date and time has been changed to:

15 March 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

District Homes C.I.C

97 Judd Street

London

WC1H 9JG

Contact

Lisa Hodgman

Email

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