web-banner-marketing2

Market Leads & Opportunities

United Kingdom-London: Business services: law, marketing, consulting, recruitment, printing and security

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 145-298953/EN)
Nature of contract: Supply contract
Procedure: Competitive dialogue
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: Genesis Housing Association Limited
National registration number: IP31241R
Postal address: Atelier House, 64 Pratt Street, Camden
Town: London
Postal code: NW1 0DL
Country: United Kingdom
Contact Person: Paul Orrett
Telephone: +44 03330005000
Email: Paul.Orrett@genesisha.org.uk
Nuts code: UK
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:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Aggregator Partner.

Reference number: Selection of Aggregator Partner
II.1.2) Main CPV code: 79000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The purpose of the Aggregator Framework is twofold. First, to provide an overall better price for the whole of the public sector for a multiple number of goods, services and works. Second, to provide a low profit, high social value driven Service Provider — ‘The Aggregator’.
This single supplier Framework will see the successful Bidder, (the ‘Aggregator’) delivering a wide range of goods, works, and services to Genesis and other contracting authorities. The Aggregator will combine the value of the spend of many public sector bodies and private sector firms to strike the most competitive deals for Customers.
As well as providing value for money, by reducing transaction costs and leveraging the buying power of public and private sector customers, some of the savings achieved will be used to pursue Customers’ social value projects.
II.1.5) Estimated total value:
Value excluding VAT: 20000000000.00 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)
09000000, 18000000, 22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000, 39000000, 42000000, 43300000, 44000000, 45000000, 45200000, 45210000, 45220000, 45230000, 48000000, 50000000, 51000000, 55000000, 60000000, 63000000, 63100000, 63500000, 64100000, 64200000, 65100000, 65200000, 65300000, 65500000, 66000000, 66500000, 66600000, 66700000, 70000000, 71000000, 72000000, 75000000, 90000000, 98000000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
The Supplier of the Aggregator Service will provide the following services:
1) A range of aggregated supplies. The Aggregator will use their supply chain expertise to leverage the buying power of the Framework Users to secure the best prices. The supplier shall, therefore, actively identify supplies, secure the best price, and terms and conditions for those supplies and make them available to Customers through the Framework.
2) Supplies will be accessed through an internet portal which will be fully equipped with purchase to pay systems, membership systems, and a quotation system.
Within 1 year of operation the Aggregators should provide a core set of Supplies as listed below.
— Plant — Operated and Non-Operated (42000000-6 — Industrial machinery);
— Travel — UK and Overseas (79997000-9 — Business travel services);
— Hotels and Conferencing Facilities (55120000-7 — Hotel meeting and conference services);
— Vehicle Hire (34000000-7 — Transport equipment and auxiliary products to transportation);
— Mobile Telecommunications (32250000-0 — Mobile telephones);
— PPE and Work wear (18100000-0 — Occupational clothing, special work-wear and accessories);
— Stationary (22000000-0 — Printed matter and related products, 30000000 0 — Office and computing machinery, equipment and supplies except for furniture and software packages);
— Purchase to pay systems (79999200-5 — Invoicing services).
— Components for Construction, maintenance and repairs (39000000-2 — Furniture (inc. office furniture), 45000000-7 — Construction work);
— Kitchens (39141000-2 — Kitchen furniture and equipment, 45421151-7 — Installation of fitted kitchens);
— Bathroom (45211310-5 — Bathrooms construction work);
— Building Materials (44000000-0 — Construction structures and materials; auxiliary products to construction (except electric apparatus); and
— M&E parts and equipment (42000000-6 — Industrial machinery, 31600000-2 — Electrical equipment and apparatus);
— Construction work (45000000-7).
During the life of the Framework, the Aggregator will be expected to add supplies as per the high-level CPV codes set out in the notice. Bidders should refer to the Procurement Documents for more details of the scope.
The Aggregator Framework will be available to all contracting authorities including those listed at the links below.
Public Sector Networks:
Registered Social Housing Providers: of- social-housing
NHS Authorities and Trusts:

Educational organisations:
Local Authorities in the United Kingdom:
UK Schools and Academies:
English Higher Education:
Crown Prosecution Service Local Contact List:
UK Police Forces:
Government and Devolved Administrations:
General Practitioners:
UK Fire and Rescue Services:
II.2.5) Award criteria

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

II.2.6) Estimated value:
Value excluding VAT: 20000000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates: See SQ and Information Memorandum.

II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options yes
Description of options: This is a Competitive Dialogue process.

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: This Framework will be available to a wide range of contracting authorities. The detail is set out in the Information Memorandum (IM).
This procurement covers a large number of CPV codes. The full list is set out in the IM, only top level codes are published within this notice due to space constraints.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:See SQ and IM.
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:
Competitive dialogue
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 a single operator
IV.1.4) Information about the reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedIV.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: 2017-08-30 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2017-09-04
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:3(from the date stated for receipt of tender)

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.4) Procedures for review
VI.4.1) Review body
Official name: Cabinet Office
Postal address: 70 Whitehall
Town: London
Postal code: WC1
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-07-28