Tender

Managed Print Solution and Digital Transformation Services National Framework

  • Education Buying Group Ltd

F02: Contract notice

Notice identifier: 2022/S 000-027375

Procurement identifier (OCID): ocds-h6vhtk-02e0ef

Published 29 September 2022, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Education Buying Group Ltd

c/o Browne Jacobson LLP, 15th Floor, 6 Bevis Marks

London

EC3A 7BA

Contact

Procurement Department

Email

procurement@2buy2.com

Telephone

+44 3333201015

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.educationbuying.com

Buyer's address

www.educationbuying.com

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Photocopiers./7G7Z2ER6F5

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Education

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Managed Print Solution and Digital Transformation Services National Framework

two.1.2) Main CPV code

  • 30121100 - Photocopiers

two.1.3) Type of contract

Supplies

two.1.4) Short description

The primary objective of this procurement is to establish (Lot 1) a framework agreement for education establishments and other similar organisations in order that they can access managed print solution and digital transformation services. The framework seeks to establish a solution for customers to be able to access products easily and quickly while providing choice and value for money.

For Lot 2, the procurement seeks to establish a supplier to provide printing, MFD and other equipment to Djanogly Learning Trust.

two.1.5) Estimated total value

Value excluding VAT: £8,500,000

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

National Framework Agreement

Lot No

1

two.2.2) Additional CPV code(s)

  • 30121100 - Photocopiers
  • 30125120 - Toner for photocopiers
  • 50313100 - Photocopier repair services
  • 50313200 - Photocopier maintenance services
  • 30120000 - Photocopying and offset printing equipment

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

National Framework for Multi-functional Devices, Print Management Software and Services, Digital Transformation Services and Recycling Services.

Establishment of a multi-supplier framework agreement for the provision of print, copying and scanning equipment, which includes mono and colour-capable devices from small to large office based, free standing and network ready MFDs, Print Management Software and peripheral accessories to enable Customers to bespoke devices to meet their individual requirements.

Available for the education sector and all other customers referenced in this contract notice (below).

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: £8,500,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Renewal for a further 2 years at the end of the initial framework period (i.e. 2 plus 2 or from 2022 - 2024 and 2024 - 2026).

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

Contract for Djanogly Learning Trust

Lot No

2

two.2.2) Additional CPV code(s)

  • 30121100 - Photocopiers
  • 30125120 - Toner for photocopiers
  • 50313100 - Photocopier repair services
  • 50313200 - Photocopier maintenance services
  • 30120000 - Photocopying and offset printing equipment

two.2.3) Place of performance

NUTS codes
  • UKF1 - Derbyshire and Nottinghamshire
Main site or place of performance

Derbyshire and Nottinghamshire

two.2.4) Description of the procurement

The primary objective of this contract is to replace the ageing machines with newer, more energy efficient machines, which will enable the Trust to continue with producing individual workbooks for each student in an efficient and cost effective manner.

The Trust has a range of machines that it is currently using, and due to the large volume of printing that is required, the Trust requires a range of printers, to include the below:

•160ppm Colour Printer

•83ppm Colour Printer

•60ppm Colour Printer

•35ppm A4 Colour Printer

•Booklet Finisher

•Booklet Finisher (ZFold)

All printers will be required to have MFD capabilities (print, copy, scan) and can include ink or laser technology.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

5

This contract is subject to renewal

Yes

Description of renewals

Initial Contract term of 5 years, with a renewal option for a further 1 year at the end of the inital term (i.e. 5 plus 1 or from 2022 - 2027 and 2027 - 2028).

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.1.2) 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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-022913

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

Date

31 October 2022

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

31 October 2022

Local time

1:00pm


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 contracting authority considers that electronic orders, invoicing and payment may be used by customers of the framework agreement. However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The contractor and its supply chain will be required to actively participate in the achievement of social and/or environmental objectives relating to recruitment, training and supply chain initiatives, and sustainable working. Accordingly, the contract performance conditions may relate in particular to social and/or environmental considerations. This Framework Agreement is being established by Education Buying Group Ltd on behalf of other contracting authorities as defined below:

The following Educational Establishments: Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education Colleges, Universities.

England https://www.gov.uk/find-school-in-england

Scotland https://education.gov.scot/ParentZone/find-a-school/

Wales https://gov.wales/my-local-school-guide

Northern Ireland https://www.eani.org.uk/admissions-guides/transfer-between schools/

finda-school

Academies http://www.education.gov.uk/schools/performance/

Universities and Colleges https://www.gov.uk/check-a-university-is-officially-recognised Also available to the following organisations:- Police, fire and rescue, maritime and coastguard agency emergency services:

UK Police Forces https://www.police.uk/forces/

England, Scotland and Wales Fire and Rescue Services

https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services

Northern Ireland Fire and Rescue Services https://www.nifrs.org/about-nifrs/areas-districts/

UK Maritime & Coastguard Agency

https://www.gov.uk/government/organisations/maritime-andcoastguardagency/

about/access-and-opening

NHS bodies, the HSC (Northern Ireland) and ambulance services:

England NHS https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Scotland NHS https://www.scot.nhs.uk/organisations/

Wales NHS https://www.wales.nhs.uk/nhswalesaboutus/structure

Northern Ireland HSC http://online.hscni.net/hospitals/health-and-social-care-trusts/

England Ambulance Service

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Scotland Ambulance Service http://www.scottishambulance.com/footer/contactus.aspx

Wales Ambulance Service https://www.ambulance.wales.nhs.uk/

Northern Ireland Ambulance Service http://www.nias.hscni.net/contact us-2/contactdetails/

Central government departments and their agencies:

England / UK Central Government https://www.gov.uk/government/organisations

Scotland Government https://www.gov.scot/about/how-government-is-run/directorates/

Wales Government https://gov.wales/about-us

Northern Ireland Government

https://www.northernireland.gov.uk/topics/yourexecutive/government-departments

Registered charities:

England and Wales http://apps.charitycommission.gov.uk/showcharity/registerofcharities/RegisterHomePage.aspx

Scotland https://www.oscr.org.uk/guidance-and-forms/

Northern Ireland https://www.charitycommissionni.org.uk/charity-search/?pageNumber=1

Registered social landlords: government funded, not-for-profit organisations that provide

affordable housing. They include housing associations, trusts and cooperatives:-

England https://www.gov.uk/government/publications/current-registered-providersofsocial-housing

Scotland https://www.housingregulator.gov.scot/landlord-performance

Wales https://gov.wales/housing

Northern Ireland https://www.nidirect.gov.uk/contacts/

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Photocopiers./7G7Z2ER6F5

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/7G7Z2ER6F5

GO Reference: GO-2022929-PRO-21040004

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom