web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Welwyn Garden City: Photocopier paper

Type of document: Dynamic purchasing system
Country: United Kingdom
OJEU Ref: (2017/S 216-448659/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Dynamic purchasing system
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Hertfordshire County Council
Postal address: Mundells
Town: Welwyn Garden City
Postal code: AL7 1FT
Country: United Kingdom
Contact Person: Senior Contract Support Officer
Telephone: +44 1707281571
Email: chris.mulhall@hertfordshire.gov.uk
Internet address(es):
Main address: www.hertfordshire.gov.uk
Address of the buyer profile: www.supplyhertfordshire.uk
Official name: Hampshire County Council
Postal address: The Castle
Town: Winchester
Postal code: SO23 8UJ
Country: United Kingdom
Email: chris.mulhall@hertfordshire.gov.uk
Internet address(es):
Main address: www.hertfordshire.gov.uk

I.2) Joint Procurement:
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.supplyhertfordshire.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: HCC Nov 2017 — DPS for the Supply of Copier Paper.

Reference number: HCC1709962
II.1.2) Main CPV code: 30197643
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Hertfordshire County Council (the ‘Council’) invites applications from suitably experienced and competent organisations who wish to pre-qualify onto its Dynamic Purchasing System (‘DPS’) for the Supply of Copier Paper. Organisations wishing to take part in this project are invited to ‘express interest’ which will give access to the full tender documentation in the e-tendering system. Please see VI.3 Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
30197643, 30197640, 30199000

II.2.3) Place of performance
Nuts code: UKH23
II.2.4) Description of the procurement:
Hertfordshire County Council (the ‘Council’) invites applications from suitably experienced and competent organisations who wish to pre-qualify onto its Dynamic Purchasing System (‘DPS’) for the Supply of Copier Paper. The DPS is a 2-stage process and will be conducted in accordance with Regulation 34 of The Public Contracts Regulations 2015. Firstly, organisations apply by completing the Council’s online selection questionnaire (‘SQ’). Organisations which satisfy the pre-determined selection requirements set out in the SQ will then be admitted to the DPS. Individual orders throughout the duration of the DPS will be awarded via competition during the second stage. Organisations admitted to the DPS should note that they won’t be invited to tender for competition(s) until they have signed and returned the DPS Agreement to the Council accordingly. The pattern and volume of demand for Copier Paper may be subject to change and it is stressed that there are no undertakings concerning likely volume of demand. For the avoidance of doubt, each organisation admitted to the DPS acknowledges that, no form of exclusivity or volume guarantee is guaranteed by the Council or the Participating Authorities for the Copier Paper and that the Council is at all times entitled to enter into other contracts and arrangements with other organisations for the provision of any or all warehouse packaging which are the same or similar. Please note the Council is under no obligation to run a set number of competitions during the validity of the DPS. For guidance only, an estimated annual quantity (where known) is given in the Specification of the procurement documents. The Council does not undertake to purchase that quantity and equally the successful organisations should be prepared to supply quantities in excess of the figures shown. The anticipated annual expenditure, for the Council on Copier Paper is presently circa 1 905 095 GBP per annum. The estimated annual range is between 1 500 000 GBP to 2 500 000 GBP. An essential ingredient of the successful working arrangements for each individual order will be regular dialogue between the parties to ensure the smooth running and achievement of the objectives specified for each order respectively. The DPS will commence on the 16.1.2018 and will be for a core period of 2 years with the option for extensions up to a total further period of 2 years on an annual basis. For the avoidance of doubt, the estimated value stated in Section II.2.1 of this contract notice is an approximate value for the core period of 2 years and includes the approximate value for extension(s) of a further period of up to 2 years on an annual basis. The date stated for requests to participate in Section IV.3.4 of this contract notice is the earliest date when the Council can begin to evaluate applications and admit organisations to the DPS. Please note that organisations can apply to join the Council’s DPS at any time during its validity if they satisfy the selection criteria and none of the grounds for exclusion apply. So, whilst it is open to any organisation to apply to join the DPS after the date stated in in Section IV.3.4, those organisations who wish to participate in the earliest competitions will be required to submit their online SQ no later than the date stated for requests to participate. If an organisation admitted to the DPS ceases to satisfy the Council’s selection requirements it is likely that it may be excluded or suspended from taking part in any competition. If an admitted organisation fails one of the grounds for exclusion during the validity of the DPS the Council may be required to remove the supplier from the DPS.
II.2.5) Award criteria

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

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 Council reserves the right to extend this DPS for a period of up to 2 years on an annual basis.

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

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:As stated in the procurement documents.
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:
Restricted procedure
The procurement involves the setting up of a dynamic purchasing systemIV.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: 2017-12-11 Local time: 12:00
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)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information:
Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called Supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend. To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance to register and access the online SQ for completion. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council’s procurement documents will be available within the eTendering system. This procurement process is a 2-stage process and you will only be invited to tender if you have been successful and shortlisted from the first stage, i.e. pre-qualification. If you wish to be considered you must complete and submit a completed Selection Questionnaire by the specified closing date and time. Submissions cannot be uploaded after this return deadline. The Council reserves the right at any time to cease the procurement process and not award a Dynamic Purchasing System Agreement or to award only part of the opportunity described in this notice. If the Council takes up this right then they will not be responsible for, or pay the expenses or losses, which may be incurred by any applicant or tenderer as a result. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council’s obligations under the law, including the Freedom of Information Act 2000. If the applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then ever to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request. The Council reserves the right to carry out additional financial checks on all companies admitted to the DPS at any time during its validity, to ensure that they continue to meet the Council’s requirements and remain financially viable to perform the individual orders.
VI.4) Procedures for review
VI.4.1) Review body
Official name: N/A
Town: Hertford
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: High Court, Royal Courts of Justice
Postal address: The Strand
Town: Welwyn Garden City
Postal code: WC2A 2LL
Country: Afghanistan
VI.5) Date of dispatch of this notice:2017-11-09