Contract

Total Business Solutions Framework

  • District Homes C.I.C

F03: Contract award notice

Notice identifier: 2023/S 000-014170

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

Published 18 May 2023, 12:09pm



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.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 sought 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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £5,464,854

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

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Interviews / Weighting: 10

Cost criterion - Name: Cost / Weighting: 30

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 were seeking to appoint ONE supplier who can supply all requirements of the framework.


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

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: 2023/S 000-002842


Section five. Award of contract

Contract No

1

Title

Total Business Solutions Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 May 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

OT Group Limited

Dartmouth Road

Smethwick

B66 1BL

Email

ellie.hendrey@officedepot.co.uk

Telephone

+44 8444123587

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

GB 673 478 594

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £5,464,854


Section six. Complementary information

six.3) Additional information

The Contracting Authority reserved the right to cancel the procurement and not to proceed with the Framework at any stage of the procurement process.

The Contracting Authority also reserved 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.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority observed a 10-day stand still period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom