Tender

Multifunctional Print Devices and Associated Digital Transformation Solutions Framework

  • University of Essex
  • Public Sector
  • Dukefield Procurement Limited

F02: Contract notice

Notice identifier: 2024/S 000-016487

Procurement identifier (OCID): ocds-h6vhtk-046b6a

Published 24 May 2024, 3:06pm



The closing date and time has been changed to:

8 July 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.essex.ac.uk/

Buyer's address

https://www.essex.ac.uk/

one.1) Name and addresses

Public Sector

Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.essex.ac.uk/

Buyer's address

https://www.essex.ac.uk/

one.1) Name and addresses

Dukefield Procurement Limited

Parkside House 167, Chorley

Bolton

BL1 4RA

Email

steve.davies@dukefieldprocurement.co.uk

Telephone

+44 7966040564

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.dukefield.co.uk/about-us/

Buyer's address

http://www.dukefield.co.uk/about-us/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://suppliers.multiquote.com

Additional information can be obtained from another address:

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.essex.ac.uk/

Buyer's address

https://www.essex.ac.uk/

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Multifunctional Print Devices and Associated Digital Transformation Solutions Framework

Reference number

CA14075 - UOE/DU/MFD/01

two.1.2) Main CPV code

  • 79800000 - Printing and related services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a framework for the supply of multifunctional print devices and a suite of associated digital transformation solutions. It is let by the University of Essex and is available for use by all organisations across the UK Public Sector.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30131000 - Mailroom equipment
  • 72267100 - Maintenance of information technology software
  • 72000000 - IT services: consulting, software development, Internet and support
  • 79811000 - Digital printing services
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 80510000 - Specialist training services
  • 30192113 - Ink cartridges
  • 64000000 - Postal and telecommunications services
  • 30121200 - Photocopying equipment
  • 30237300 - Computer supplies
  • 30232100 - Printers and plotters
  • 50312610 - Maintenance of information technology equipment
  • 30191000 - Office equipment except furniture
  • 72212310 - Document creation software development services
  • 72512000 - Document management services
  • 22200000 - Newspapers, journals, periodicals and magazines
  • 79824000 - Printing and distribution services
  • 72222300 - Information technology services
  • 79995100 - Archiving services
  • 50324000 - Support services of personal computers
  • 79810000 - Printing services
  • 79999100 - Scanning services
  • 50313200 - Photocopier maintenance services
  • 30231310 - Flat panel displays
  • 30230000 - Computer-related equipment
  • 64110000 - Postal services
  • 64100000 - Post and courier services
  • 30236000 - Miscellaneous computer equipment
  • 50332000 - Telecommunications-infrastructure maintenance services
  • 30197630 - Printing paper
  • 51610000 - Installation services of computers and information-processing equipment
  • 30197642 - Photocopier paper and xerographic paper
  • 72222000 - Information systems or technology strategic review and planning services
  • 22800000 - Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
  • 30192400 - Reprographic supplies
  • 30197645 - Card for printing
  • 30121100 - Photocopiers
  • 72222200 - Information systems or technology planning services
  • 32510000 - Wireless telecommunications system
  • 72223000 - Information technology requirements review services
  • 63121000 - Storage and retrieval services
  • 79520000 - Reprographic services
  • 32400000 - Networks
  • 45314000 - Installation of telecommunications equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 30120000 - Photocopying and offset printing equipment
  • 51600000 - Installation services of computers and office equipment
  • 30200000 - Computer equipment and supplies
  • 48800000 - Information systems and servers
  • 48311000 - Document management software package
  • 51000000 - Installation services (except software)
  • 30232130 - Colour graphics printers
  • 50313100 - Photocopier repair services
  • 22900000 - Miscellaneous printed matter
  • 32500000 - Telecommunications equipment and supplies
  • 48000000 - Software package and information systems
  • 79820000 - Services related to printing
  • 38651600 - Digital cameras
  • 30237200 - Computer accessories
  • 50310000 - Maintenance and repair of office machinery
  • 22100000 - Printed books, brochures and leaflets
  • 32520000 - Telecommunications cable and equipment
  • 79410000 - Business and management consultancy services
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48310000 - Document creation software package
  • 38520000 - Scanners
  • 30213000 - Personal computers
  • 50313000 - Maintenance and repair of reprographic machinery
  • 48810000 - Information systems
  • 50312600 - Maintenance and repair of information technology equipment
  • 50330000 - Maintenance services of telecommunications equipment
  • 48782000 - Storage management software package
  • 50322000 - Maintenance services of personal computers
  • 48517000 - IT software package
  • 30121000 - Photocopying and thermocopying equipment
  • 30237000 - Parts, accessories and supplies for computers
  • 30192110 - Ink products
  • 30125000 - Parts and accessories of photocopying apparatus
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 79521000 - Photocopying services
  • 79821000 - Print finishing services
  • 64200000 - Telecommunications services
  • 79571000 - Mailing services
  • 79570000 - Mailing-list compilation and mailing services
  • 72212780 - System, storage and content management software development services
  • 72600000 - Computer support and consultancy services
  • 30232110 - Laser printers
  • 32320000 - Television and audio-visual equipment
  • 30123000 - Office and business machines
  • 72222100 - Information systems or technology strategic review services
  • 30232000 - Peripheral equipment
  • 30121300 - Reproduction equipment
  • 30232140 - Plotters
  • 38651000 - Cameras
  • 22000000 - Printed matter and related products
  • 79823000 - Printing and delivery services
  • 50331000 - Repair and maintenance services of telecommunications lines
  • 63120000 - Storage and warehousing services
  • 30231300 - Display screens

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

This framework will provide access to a comprehensive suite of multifunctional print devices and associated digital transformation solutions. It is being established to meet the needs of the University of Essex. It is also open for use by all contracting authorities across the UK public sector (and any future successors). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and registered Social Landlords. Full details of the classification of eligible end user organisations and geographical areas is available at

http://www.dukefieldprocurement.co.uk/fts-eligible-users

The Framework will be let across a single lot, with a maximum of 15 suppliers awarded a place on the framework.

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: £500,000,000

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: Yes

Description of options

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

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.1.2) 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


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: 15

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

1 July 2024

Local time

12:00pm

Changed to:

Date

8 July 2024

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

1 July 2024

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

The University of Essex's Internal Reference Number is UOE/DU/MFD/01. The framework is being delivered by the University of Essex and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:

https://suppliers.multiquote.com

the tender is available from the opportunities menu on the login page of the site.

The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The University of Essex expressly reserves the rights:

(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;

(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;

(c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation;

(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;

(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;

(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;

(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;

(h) the contracting authority will not be liable for any costs incurred by tenderers;

(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;

and

(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).

Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:

Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the for the purpose of calculating the maximum number of suppliers under the framework.

The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum number, where their final evaluation score (s) is within 0.5% of the last placed position on the framework. For the avoidance of doubt, the last placed position in respect of this framework is fifteenth. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.

six.4) Procedures for review

six.4.1) Review body

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Country

United Kingdom

Internet address

https://www.essex.ac.uk/

six.4.2) Body responsible for mediation procedures

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Country

United Kingdom

Internet address

https://www.essex.ac.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

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

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Country

United Kingdom

Internet address

https://www.essex.ac.uk/