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
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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