Opportunity

Print and Digital Communication Solutions Framework

  • Procurement for Housing

F02: Contract notice

Notice reference: 2021/S 000-009225

Published 29 April 2021, 9:14am



The closing date and time has been changed to:

3 June 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue

Birchwood, Warrington

WA2 0YL

Contact

Rosemary Clarkson

Email

RClarkson@pfh.co.uk

Telephone

+44 1925282377

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

Print and Digital Communication Solutions Framework

Reference number

RC/0421PDCS

two.1.2) Main CPV code

  • 79800000 - Printing and related services

two.1.3) Type of contract

Services

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 seeking professional and experienced suppliers to form a framework agreement for Print and Digital Communication Solutions. The Framework Agreement will be for an initial period of three (3) years with an option to extend for a further twelve (12) months.

two.1.5) Estimated total value

Value excluding VAT: £55,000,000

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

Print Devices and Associated Services

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
  • 30121100 - Photocopiers
  • 30121200 - Photocopying equipment
  • 30121300 - Reproduction equipment
  • 30121420 - Digital senders
  • 30122000 - Office-type offset printing machinery
  • 30123000 - Office and business machines
  • 30124000 - Parts and accessories of office machines
  • 30125000 - Parts and accessories of photocopying apparatus
  • 30190000 - Various office equipment and supplies
  • 48100000 - Industry specific software package
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72250000 - System and support services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79500000 - Office-support services
  • 79800000 - Printing and related services
  • 79820000 - Services related to printing
  • 51600000 - Installation services of computers and office equipment
  • 30232100 - Printers and plotters
  • 30197642 - Photocopier paper and xerographic paper
  • 30125100 - Toner cartridges

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 will provide members a full range of print devices ranging from domestic desktop to high level fully functional commercial multifunctional devices. In addition to devices suppliers will provide a full range of optional, associated services ranging from standard managed print to full digital transformation solutions.

PfH anticipates awarding places on Lot 2 to five suppliers, however, reserve the right to award places to a greater or fewer number of suppliers depending on the bids received.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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 is for an initial period of three years with the option to extend for a further year.

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

Print, Mailing and Digital Communications

Lot No

1

two.2.2) Additional CPV code(s)

  • 22000000 - Printed matter and related products
  • 22100000 - Printed books, brochures and leaflets
  • 22110000 - Printed books
  • 22120000 - Publications
  • 22160000 - Booklets
  • 22458000 - Bespoke printed matter
  • 22461000 - Catalogues
  • 22462000 - Advertising material
  • 22820000 - Forms
  • 22850000 - Binders and related accessories
  • 22900000 - Miscellaneous printed matter
  • 64121100 - Mail delivery services
  • 64210000 - Telephone and data transmission services
  • 64216120 - Electronic mail services
  • 30199700 - Printed stationery except forms
  • 30199710 - Printed envelopes
  • 30199730 - Business cards
  • 48223000 - Electronic mail software package
  • 72412000 - Electronic mail service provider
  • 72512000 - Document management services
  • 79570000 - Mailing-list compilation and mailing services
  • 79820000 - Services related to printing
  • 79821100 - Proofreading services
  • 79800000 - Printing and related services
  • 79811000 - Digital printing services
  • 79821000 - Print finishing services
  • 79822500 - Graphic design services
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 will provide members a full range of print services from total print management, digital solutions and document management and associated services such as scanning, physical and digital document storage, fulfilment, postage and distribution.

PfH anticipates awarding places on this lot to five suppliers, but reserves the right to award a greater or fewer number of places depending on the bids received.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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 is for an initial period of three years with the option to extend for a further year

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

Total Print Solutions

Lot No

3

two.2.2) Additional CPV code(s)

  • 22000000 - Printed matter and related products
  • 22100000 - Printed books, brochures and leaflets
  • 22110000 - Printed books
  • 22120000 - Publications
  • 22458000 - Bespoke printed matter
  • 22461000 - Catalogues
  • 22462000 - Advertising material
  • 22820000 - Forms
  • 22850000 - Binders and related accessories
  • 22900000 - Miscellaneous printed matter
  • 64121100 - Mail delivery services
  • 64210000 - Telephone and data transmission services
  • 64216120 - Electronic mail services
  • 30199700 - Printed stationery except forms
  • 30199710 - Printed envelopes
  • 30199730 - Business cards
  • 72412000 - Electronic mail service provider
  • 72512000 - Document management services
  • 79570000 - Mailing-list compilation and mailing services
  • 79820000 - Services related to printing
  • 79821100 - Proofreading services
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30121100 - Photocopiers
  • 30121200 - Photocopying equipment
  • 30121300 - Reproduction equipment
  • 30122000 - Office-type offset printing machinery
  • 30124000 - Parts and accessories of office machines
  • 48100000 - Industry specific software package
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72250000 - System and support services
  • 79500000 - Office-support services
  • 79800000 - Printing and related services
  • 79810000 - Printing services
  • 79811000 - Digital printing services
  • 79821000 - Print finishing services
  • 79822500 - Graphic design services
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services
  • 30232100 - Printers and plotters
  • 51600000 - Installation services of computers and office equipment
  • 30125100 - Toner cartridges
  • 22160000 - Booklets
  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30121420 - Digital senders
  • 30123000 - Office and business machines
  • 30125000 - Parts and accessories of photocopying apparatus
  • 30190000 - Various office equipment and supplies
  • 51300000 - Installation services of communications equipment
  • 50312310 - Maintenance of data network equipment
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 30197642 - Photocopier paper and xerographic paper

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 offers members the opportunity to call off requirements for services spanning both Lot 1 and 2, enabling both the member and supplier to develop and implement a total print solution under the remit of a single supplier.

PfH anticipates awarding places on lot 3 to five suppliers but reserves the right to award a greater or fewer number of places depending on the bids received.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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 is for an initial period of three years with the option to extend for a further year

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 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 several operators

Envisaged maximum number of participants to the framework agreement: 20

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: 2020/S 016-032848

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

Originally published as:

Date

1 June 2021

Local time

12:00pm

Changed to:

Date

3 June 2021

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

four.2.7) Conditions for opening of tenders

Date

1 June 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=222686.

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:222686)

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