web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Caerphilly: Photocopying equipment

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 207-374301/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: National Procurement Service (Welsh Government)
Postal address: T’yr Afon, Bedwas Road
Town: Caerphilly
Postal code: CF83 8WT
Country: United Kingdom
Contact Person: Paul Robertson
Telephone: +44 3007900170
Email: NPSICTCategoryTeam@wales.gsi.gov.uk
Nuts code: UKL
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
Body governed by public law
I.5) Main activity
Other activity: central purchasing organisation

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Multi-Functional Devices (MFD) and Associated Goods and Services.

Reference number: NPS-ICT-0064-16
II.1.2) Main CPV code: 30121200
II.1.3) Type of contract: Supplies
II.1.4) Short Description: All-Wales Framework Agreement for the supply of Multi-Functional Devices (MFD) and Associated Goods and Services.
The NPS will deliver ‘All-Wales’ agreements for NPS Members and the Welsh public sector.
Over 73 public sector organisations in Wales have committed to the NPS in principle, including all Local Authorities, NHS Bodies, Welsh Government and Welsh Government Sponsored bodies, the Police and Fire services and Higher and Further Education.
In accordance with Regulation 33(5) of the Public Contracts Regulations 2015, these procedures [i.e. the procedures for awarding call-off contracts under the framework] may be applied only between the contracting authorities clearly identified in the link below and the tender documentation.

A copy of this list has been recorded at the time that this notice was published to ensure compliance with the requirements of the Public Contracts Regulations 2015.
II.1.5) Estimated total value:
Value excluding VAT: 60000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Printer Consumambles

Lot No:2
II.2.2) Additional CPV code(s)
30124000, 30124400, 30125000, 30125100, 30125110, 30125120

II.2.3) Place of performance
Nuts code: UKL
Main site or place of performance:
This contract will be delivered across Wales.

II.2.4) Description of the procurement:
The National Procurement Service on behalf of the Welsh Public Sector wishes to establish a Framework Agreement (Agreement) for the supply of Printer Consumables. The Agreement will be established through a process of competitive tender through an Open Procedure.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Sustainability/Weighting:7Quality criterion -Name: Quality of Service/Weighting:23
Price – Weighting:70 %
II.2.6) Estimated value:
Value excluding VAT: 20000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:The Agreement will be for a maximum period of up to 4 years.
The initial term of the framework will be for a period of 2 years with the option to extend for further periods up to 2 years.

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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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: Customers shall be able to adjust the Commercial and Technical award criteria weightings within the ranges detailed at Annex A of Framework Schedule 4.4.

II.2.1) Title: MFDs and Associated Goods and Services

Lot No:1
II.2.2) Additional CPV code(s)
30121100, 30121200, 30232100, 30232110, 30232150, 32581200, 50310000, 30124520

II.2.3) Place of performance
Nuts code: UKL
Main site or place of performance:
Across Wales.

II.2.4) Description of the procurement:
The National Procurement Service on behalf of the Welsh Public Sector wishes to establish a Framework Agreement for the supply of Multi Functional Devices and Associated Services. The Agreement will be established through a process of competitive tender through an Open Procedure, and will include multiple suppliers covering multiple lots.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality of service/Weighting:56 %Quality criterion -Name: Security/Weighting:7 %Quality criterion -Name: Sustainability/Weighting:7 %
Price – Weighting:30 %
II.2.6) Estimated value:
Value excluding VAT: 40000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:The Agreement will be for a maximum period of up to 4 years.
The initial term of the framework will be for a period of 2 years with the option to extend for further periods up to 2 years.

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: Customers shall be able to adjust the Commercial and Technical award criteria weightings within the ranges detailed at Annex A of Framework Schedule 4.4.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

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:13IV.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: 2016-11-29 Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN, CY
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2016-11-29 Local time: 16:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
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:
— Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
— The User who performs the Registration becomes the Super User for the Organisation.
— On registering on the Platform the Super User will select a username and will receive a password.
— The Password will be sent by e-mail to the e-mail address that was specified in the User Details section of the Registration page. In order to log-in to the Platform please enter your Username and Password.
— Registration should only be performed once for each Organisation. If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
— Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
— Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
How to find thE ITT:
— Once logged in you must click on ‘ITTs Open to all Suppliers’.
— The e-tender references for this framework are:
Project: 34405
ITTs
The following ITTs must be completed by all Tenderers wishing to bid for each subject area:
itt_57684 — MFD — Community Benefits Proposal (**All Applicants must complete and submit this**)
itt_57352 — MFD — Qualification Section: All Suppliers to Respond to this ITT
Suppliers must complete the ITT relating to the Lots they intend to bid for. Suppliers are able to bid for both Lots.
itt_57641 — MFD — Lot 1: MFDs and Associated Goods and Services
itt_57642 — MFD — Lot 2: Printer Consumables
— Click on the title to access summary details of the ITT. If you are still interested in submitting a tender, click the ‘Express an Interest’ button. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
— You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.
If you are seeking help on using the etenderwales system please email the bravo solutions helpdesk athelp@bravosolution.co.uk or +44 800 3684852
If you require the documentation in an alternative format, please use the ‘Messages’ area to contact the NPS directly, who will be able to provide a more suitable format (for example, Braille, Large Print, Word Document or Audio format).
The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Training and Employment opportunities in Wales; Supply Chain Opportunities for Welsh SMEs and the Third Sector; Apprenticeship or Graduate opportunities
(WA Ref:54848).
VI.4) Procedures for review
VI.4.1) Review body
Official name: National Procurement Service (Welsh Government)
Postal address: T’yr Afon, Bedwas Road
Town: Caerphilly
Postal code: CF83 8WT
Country: United Kingdom
Telephone: +44 3007900170
E-mail: npsictcategoryteam@wales.gov.uk
Internet address:
VI.5) Date of dispatch of this notice:2016-10-21