web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Edinburgh: Office and computing machinery, equipment and supplies except furniture and software packages

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 014-021118/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Scottish Government
Postal address: E Spur, Saughton House
Town: Edinburgh
Postal code: EH11 3XD
Country: United Kingdom
Contact Person: Lee Rutherford
Telephone: +44 1312440165
Email: lee.rutherford@gov.scot
Nuts code: UKM
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.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:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Office Equipment Framework Agreement.

Reference number: SP-16-013
II.1.2) Main CPV code: 30000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Scottish Ministers, acting through Scottish Procurement, seek to let a replacement national Framework Agreement for the provision of Office Equipment and Services, in collaboration with the Scottish public sectors. There will be a maximum of 8 appointed to the Framework Agreement. The initial duration of the Framework Agreement will be 24 months with an option to extend for up to 2 further 12 month periods. The estimated value ranges from 36 000 000 GBP to 72 000 000 GBP
The framework agreement will be available for use by Scottish Public Sector Bodies. Full details provided in section VI.3 Additional Information.
Documents can be found at: and search for the following ITT:
Office Equipment Framework Agreement: itt_ 15876
If you require any additional support, please contact the BravoSolution Helpdesk on 0800 368 4850.
II.1.5) Estimated total value:
Value excluding VAT: 72000000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
30120000, 30000000, 30100000, 30121200, 30121000, 30200000, 30125110, 30232110, 30232100, 30232130, 30232150, 42962000, 48824000, 30121100, 30121300, 30125000, 30192400, 30216110, 32581200, 50310000, 50313000, 50313100, 50313200, 72228000, 72512000, 79131000, 79311000, 79311200, 79521000, 79810000, 79811000, 79820000, 79821000, 48783000, 48970000, 42664100, 64122000, 64216120, 48780000, 72212311, 30124500, 30124520, 79999100, 79800000, 79823000, 79824000, 50314000, 48000000, 72212318, 72212313

II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:
Across the geography of Scotland.

II.2.4) Description of the procurement:
The Scottish Ministers wish to award a national Framework Agreement for the provision of Office Equipment and Services. The Framework will be multi-supplier with a maximum of eight suppliers appointed.
The Office Equipment and Services framework will include the supply and delivery of a wide portfolio of products ranging from small single function desktop printers to large print room high volume products, consisting of mono and colour, network and non-network requirements; and services and solutions up to a fully Managed Print Service.
The Framework Agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, Scottish Fire & Rescue Service, the Scottish Police Authority, Scottish health boards or special health boards, all NHS Scotland, The Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014, bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Forestry Commission, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations.
Information about Scottish Public Bodies is available at:

Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:

The Office Equipment and Services requirements have been combined into a single framework rather than individual lots.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/Weighting:60
Price – Weighting:40
II.2.6) Estimated value:
Value excluding VAT: 72000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The initial duration of the framework agreement will be 24 months with the option to extend for up to 2 further 12 month periods.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria: This section refers to the question ESPD.4 in Part IV Section E of the ESPD (Scotland).
Minimum level(s) of standards possibly required: Part 4E: Bidders will be required to confirm that they meet ALL the selection criteria requirements.
It is a requirement of this framework agreement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance, as a minimum, indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 2 500 000 GBP
Professional Indemnity Insurance, but only if requested in the Order Form and, at the level stipulated therein.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: This section refers to the question ESPD.4 in Part IV Section E of the ESPD (Scotland).

Minimum level(s) of standards possibly required:Part 4E: Bidders will be required to confirm that they meet ALL the selection criteria requirements.
Contractors will be required to maintain a standard of environmental protection, including, certification to ISO 14001/EMAS or equivalent standards, relevant to the delivery of this Framework Agreement.
Contractors will be required to maintain a standard of Information and Security management, including, certification to ISO 27001 or equivalent standards, relevant to the delivery of this Framework Agreement.
Bidders will be required to confirm they comply with the document ‘ITT — Minimum Hardware Specification — Office Equipment’.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.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:8
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:No electronic auction will be held to determine the economic operators to be party to the framework agreement. Electronic auctions may be held by participating contracting authorities to award specific contracts under the framework agreement.
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-03-10 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:9(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-03-10 Local time: 16:00 Place:E Spur, Saughton House, Broomhouse Drive, Edinburgh, EH11 3XD.

Information about authorised persons and opening procedure:Lee Rutherford (0131 244 0165), Bryan Dodds (0131 244 6290).

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:Within four years.
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_6446. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
The Authority requires the Contractor to work proactively to support the Scottish Government’s sustainability objectives. Tenderers must confirm that, where appropriate, they will support the Scottish Ministers policies on Sustainability and Corporate Social Responsibility in delivering the service required.
(SC Ref:473112).
VI.4) Procedures for review
VI.4.1) Review body
Official name: Scottish Procurement and Commercial Directorate
Postal address: Victoria Quay, Leith
Town: Edinburgh
Postal code: EH6 6QQ
Country: United Kingdom
Internet address:

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session.

VI.5) Date of dispatch of this notice:2017-01-18