Opportunity

Office & Business Solutions Framework Agreement

  • Procurement for Housing

F02: Contract notice

Notice reference: 2021/S 000-007080

Published 7 April 2021, 11:40am



Section one: Contracting authority

one.1) Name and addresses

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue

Birchwood, Warrington

WA2 0YL

Contact

Philip Rattigan

Email

prattigan@pfh.co.uk

Telephone

+44 1925286367

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.procurementforhousing.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Office & Business Solutions Framework Agreement

Reference number

PR/OBS/0421

two.1.2) Main CPV code

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

two.1.3) Type of contract

Supplies

two.1.4) Short description

Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, spend analyses, strategy reviews, consolidated billing and comprehensive reporting.

PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37 PCR 2015.

PfH is tendering for a framework agreement for Office & Business Solutions. Tenders are invited from suitably experienced organisations that can provide the range of services and meet the minimum selection criteria as set out in the tender documents.

The Framework will be awarded for an initial period of 3 years, and may be extended for a further 12 months at the discretion of PfH.

two.1.5) Estimated total value

Value excluding VAT: £35,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Office & Business Solutions Guaranteed Savings

Lot No

2

two.2.2) Additional CPV code(s)

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30192700 - Stationery
  • 30192000 - Office supplies
  • 30123000 - Office and business machines
  • 30190000 - Various office equipment and supplies
  • 30191100 - Filing equipment
  • 30192110 - Ink products
  • 30192112 - Ink sources for printing machinery
  • 30192113 - Ink cartridges
  • 30197630 - Printing paper
  • 30197640 - Self-copy or other copy paper
  • 30197641 - Thermographic paper
  • 30197642 - Photocopier paper and xerographic paper
  • 30197643 - Photocopier paper
  • 30197644 - Xerographic paper
  • 30197645 - Card for printing
  • 30237310 - Font cartridges for printers
  • 79400000 - Business and management consultancy and related services
  • 79900000 - Miscellaneous business and business-related services
  • 39800000 - Cleaning and polishing products
  • 24000000 - Chemical products
  • 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
  • 33770000 - Paper sanitary
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39830000 - Cleaning products
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18200000 - Outerwear
  • 18300000 - Garments
  • 18400000 - Special clothing and accessories
  • 18800000 - Footwear
  • 33141620 - Medical kits
  • 33141623 - First-aid boxes
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33199000 - Medical clothing
  • 35110000 - Firefighting, rescue and safety equipment
  • 35810000 - Individual equipment
  • 18143000 - Protective gear
  • 33182100 - Defibrillator
  • 30200000 - Computer equipment and supplies
  • 30125100 - Toner cartridges
  • 30234000 - Storage media
  • 30237200 - Computer accessories
  • 30237300 - Computer supplies
  • 48000000 - Software package and information systems
  • 72268000 - Software supply services
  • 39100000 - Furniture
  • 39130000 - Office furniture
  • 39134000 - Computer furniture
  • 39140000 - Domestic furniture
  • 39141000 - Kitchen furniture and equipment
  • 39150000 - Miscellaneous furniture and equipment
  • 39160000 - School furniture
  • 30191000 - Office equipment except furniture
  • 30197000 - Small office equipment
  • 30199000 - Paper stationery and other items
  • 90500000 - Refuse and waste related services
  • 90511400 - Paper collecting services
  • 90510000 - Refuse disposal and treatment
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 - Office & Business Solutions Guaranteed Savings.

This lot covers all the same supplies & services as detailed for Lot 1.

For Lot 2 the successful supplier will be required to support PfH members in achieving guaranteed savings over the period of their call-off contract.

It is PfH's intention to award places on the framework to 1 supplier, however we reserve the right to award a greater number of places depending on the bids received.

The successful supplier will be expected to provide a national service covering all parts of the UK.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will initially be awarded for a 3 year period, but may be extended for a further 12 months at PfH's discretion.

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) Description

two.2.1) Title

Complete Office & Business Solutions

Lot No

1

two.2.2) Additional CPV code(s)

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30123000 - Office and business machines
  • 30190000 - Various office equipment and supplies
  • 30191100 - Filing equipment
  • 30192000 - Office supplies
  • 30192110 - Ink products
  • 30192112 - Ink sources for printing machinery
  • 30192113 - Ink cartridges
  • 30197630 - Printing paper
  • 30197640 - Self-copy or other copy paper
  • 30197641 - Thermographic paper
  • 30197642 - Photocopier paper and xerographic paper
  • 30197643 - Photocopier paper
  • 30197644 - Xerographic paper
  • 30197645 - Card for printing
  • 30199000 - Paper stationery and other items
  • 30237310 - Font cartridges for printers
  • 79400000 - Business and management consultancy and related services
  • 79900000 - Miscellaneous business and business-related services
  • 39800000 - Cleaning and polishing products
  • 24000000 - Chemical products
  • 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
  • 33770000 - Paper sanitary
  • 39830000 - Cleaning products
  • 18200000 - Outerwear
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18300000 - Garments
  • 18400000 - Special clothing and accessories
  • 18800000 - Footwear
  • 33141620 - Medical kits
  • 33141623 - First-aid boxes
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33199000 - Medical clothing
  • 35110000 - Firefighting, rescue and safety equipment
  • 35810000 - Individual equipment
  • 18143000 - Protective gear
  • 30200000 - Computer equipment and supplies
  • 30125100 - Toner cartridges
  • 30234000 - Storage media
  • 30237200 - Computer accessories
  • 30237300 - Computer supplies
  • 48000000 - Software package and information systems
  • 72268000 - Software supply services
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 39100000 - Furniture
  • 39130000 - Office furniture
  • 39134000 - Computer furniture
  • 39140000 - Domestic furniture
  • 39141000 - Kitchen furniture and equipment
  • 39150000 - Miscellaneous furniture and equipment
  • 39160000 - School furniture
  • 30191000 - Office equipment except furniture
  • 30197000 - Small office equipment
  • 90500000 - Refuse and waste related services
  • 90511400 - Paper collecting services
  • 90510000 - Refuse disposal and treatment
  • 90514000 - Refuse recycling services
  • 33182100 - Defibrillator

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 of the Framework Agreement is for complete office and business solutions covering a wide range of office associated products including but not limited to;

Envelopes, Postal, Packaging, General Office Stationery, Books and Pads, Document Presentation, Business machines, Paper, Labels Signage Identification, Filing and Storage, Reception, Office and Personal, Furniture and Meeting Room Equipment, Writing and Correction, Cleaning and Hygiene including machinery purchase and rental, Diaries and Planners, IT and Environment, Catering, PPE and Safety, Signage, First Aid including Medical testing kits and accessories, Postage, Inks and Toners, Shredding and recycling services, Associated servicing, maintenance, hire and rental services.

It is PfH's intention to award places on the framework to 4 suppliers, however we reserve the right to award a greater of fewer number of places depending on the bids received.

The successful suppliers will be expected to provide a national service covering all parts of the UK.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will initially be awarded for a 3 year period, but may be extended for a further 12 months at PfH's discretion.

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


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 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 documents


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 several operators

Envisaged maximum number of participants to the framework agreement: 5

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-000338

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 May 2021

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 May 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; Any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations and any other contracting authority listed on the following page of the PfH website

http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222472.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:222472)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit