web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Bristol: DEP – Education Supplies for Bristol Schools and other Educational Establishments

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 009-015469/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Bristol City Council
Postal address: City Hall
Town: Bristol
Postal code: BS1 5TR
Country: United Kingdom
Contact Person: Ms Caroline Bennet-Clark
Email: TWSProcurement@bristol.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

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:
I.4) Type of the contracting authority
Regional agency
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: DEP – Education Supplies for Bristol Schools and other Educational Establishments

Reference number: DN300886
II.1.2) Main CPV code: 30000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Bristol Schools and Educational Settings wish to appoint two providers for the supply of a comprehensive range of Educational Supplies. This is being procured under the open procedure using the Most Economical Advantageous Tender.
The appointed contractors will be established suppliers who can provide a one-stop-shop for a variety of educational goods including arts and craft materials, exercise books and paper, educational furniture (such as polypropylene chairs), musical instruments, sports equipment, science and technology products, janitorial and catering goods, support resources, educational stationery and presentation materials that the educational establishments require.
Applicants should apply online using the ProContract portal.
II.1.5) Estimated total value:
Value excluding VAT: 5000000 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)
37000000, 39160000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Bristol Schools and Educational Settings wish to appoint two providers for the supply of a comprehensive range of Educational Supplies. This is being procured under the open procedure using the Most Economical Advantageous Tender.
The appointed contractors will be established suppliers who can provide a one-stop-shop for a variety of educational goods including arts and craft materials, exercise books and paper, educational furniture (such as polypropylene chairs), musical instruments, sports equipment, science and technology products, janitorial and catering goods, support resources, educational stationery and presentation materials that the educational establishments require.
Applicants should apply online using the ProContract portal.
II.2.5) Award criteria

Cost criterion -Name: Price/Weighting:60Cost criterion -Name: Quality/Weighting:40
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:The initial contract for 3 years with the option to extend up to a further 12 month period subject to agreement between the council and provider.

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

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:2
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-02-12 Local time: 18:00
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:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2018-01-11 Local time: 18:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court England & Wales
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC28 2KK
Country: United Kingdom
VI.5) Date of dispatch of this notice:2018-01-11