Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Multi-Functional Devices and Document Solutiuons

  • First published: 12 January 2021
  • Last modified: 12 January 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-107233
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
12 January 2021
Deadline date:
26 February 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive goods and services. The Supplier shall be required to provide a range of Products and/ or Services under the following Lots: Lot 1: MFDs and Document Solutions Lot 2: Print Consumables The objective of this framework is to: (a) Provide Customers with a wide range of MFD products and services, which meet the individual Customers requirements; (b) Offer a flexible, competitive and simple route to market; (c) Provide a value for money route to market, which continues to evolve to offer the latest technologies at competitive pricing; and (d) Provide document and print solutions which balance the need for immediate savings, whilst considering the socio and environmental impact on future generations. CPV: 30121200, 30121100, 30121200, 30232100, 30232110, 30232150, 32581200, 50310000, 30124520, 48311000, 48311100, 30124000, 30124400, 30124500, 30125000, 30125100, 30125110, 30125120, 30124100, 30124200, 30124300.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

National Procurement Service (Welsh Government)

Crown Buildings, Cathays Park

Cardiff

CF10 3NQ

UK

Telephone: +44 3007900170

E-mail: NPSICTCategoryTeam@gov.wales

NUTS: UKL

Internet address(es)

Main address: http://npswales.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/web/login.shtml


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:

https://etenderwales.bravosolution.co.uk/web/login.shtml


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Multi-Functional Devices and Document Solutiuons

Reference number: NPS-ICT-0104-20

II.1.2) Main CPV code

30121200

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive

goods and services.

The Supplier shall be required to provide a range of Products and/ or Services under the following Lots:

Lot 1: MFDs and Document Solutions

Lot 2: Print Consumables

The objective of this framework is to:

(a) Provide Customers with a wide range of MFD products and services, which meet the individual Customers requirements;

(b) Offer a flexible, competitive and simple route to market;

(c) Provide a value for money route to market, which continues to evolve to offer the latest technologies at competitive pricing; and

(d) Provide document and print solutions which balance the need for immediate savings, whilst considering the socio and environmental impact on future generations.

II.1.5) Estimated total value

Value excluding VAT: 40 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

MFDs and Document Solutions

II.2.2) Additional CPV code(s)

30121100

30121200

30232100

30232110

30232150

32581200

50310000

30124520

48311000

48311100

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

The products and services will be delivered at sites across Wales

II.2.4) Description of the procurement

This procurement is to establish an all-Wales Framework Agreement. Due to the diverse nature of the Customer base the Supplier shall be required to provide the following Products/services:

(a) The Supply of a range of Multi-Functional Devices (MFD);

(b) Consumables;

(c) Support and Maintenance, including a range of enhanced warranty packages;

(d) Pre-Sales Services, including site surveys and print audits;

(e) A range of associated software products;

(f) A range of associated services;

(g) A range of finance options and pricing plans; and

(h) Consumables, including drums, toner cartridges and staples.

The Supplier shall provide a range of Print and Document Solutions, including but not limited to:

(a) Cloud hosted print solutions;

(b) Hybrid managed print estates, comprising of single function and multi-function machines;

(c) Document workflow & automation;

(d) Managed document solutions; and

(e) Hybrid Mail Solutions.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 56

Quality criterion: Sustainability and Social Value / Weighting: 14

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for periods up to 24 months

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 range detailed at Annex 1 of Framework Schedule 4.4.

Lot No: 2

II.2.1) Title

Printer Consumables

II.2.2) Additional CPV code(s)

30124000

30124400

30124500

30125000

30125100

30125110

30125120

30124100

30124200

30124300

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Products will be required at sites across Wales

II.2.4) Description of the procurement

This procurement exercise is intended to establish an agreement for the Welsh Public Sector to access:

(a) Original Printer Consumables (excluding paper);

(b) Remanufactured and Refilled Printer Ink and Toner Cartridges;

(c) Fax Consumables.

The types of printer for which consumables will be required for the purposes of this Tender include, but are not limited to:

(a) inkjet printers;

(b) laser printers;

(c) multifunction (all-in-one) printers;

(d) dot-matrix printers;

(e) fax machines; and

(f) thermal printers used for example in cash registers.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 21

Quality criterion: Sustainability and Social Value / Weighting: 9

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for further periods of up to 24 months

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 range detailed at Annex 2 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


III.2) Conditions related to the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 14

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 193-467836

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 26/02/2021

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 tenderer must maintain the tender

Tender must be valid until: 26/08/2021

IV.2.7) Conditions for opening of tenders

Date: 26/02/2021

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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 following bodies may use this framework:

- Welsh Minister, their agencies, sponsored and statutory bodies and other contracting authorities funded by them;

- The Welsh Assembly Commission;

- UK Government, their agencies, companies and limited liability partnerships or other corporate entities, which operate in Wales;

-Local Authorities in Wales;

- Contracting authorities established for the provision of culture, media and sport in Wales;

- NHS Health Boards in Wales;

- Higher and further education bodies in Wales;

- Police and crime commissioners and police forces; national park, and fire and rescue authorities in Wales;

- Citizen Advice Bureaux in Wales;

- Registered social landlords;

- Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools);

- HM Inspectorate of Schools in Wales (Estyn);

- Town & Community Councils in Wales;

- Tribunals

- Welsh Government;

- Housing associations;

- Wales Council for Voluntary Action

- Third sector bodies.

The full list of Customer organisations is in the Invitation to Tender document, available via eTenderWales.

The Invitation to Tender (ITT) documentation can be accessed via eTenderWales: https://etenderwales.bravosolution.co.uk.

The first person from your Organisation to use the platform will be required to register on behalf of the Organisation.

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.

HOW TO FIND THE ITT:

Once logged in you must click on ‘ITTs Open to all Suppliers’.

The etender references for this framework are:

Project_46108

ITTs

The following ITTs must be completed by Tenderers wishing to bid for each subject area:

itt_85089 — Lot 1: MFDs & Document Solutions

itt_85091 — Lot 2: Print Consumables

itt_85433 — Multi-Functional Devices & Document Solutiuons - Community Benefit Submission (Mandatory for all tenderers)

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 have any queries regarding the tender please message using the e-tenderwales message portal.

If you require the documentation in an alternative format, please use the ‘Messages’ area to contact the buyer directly, who will be able to

provide a more suitable format. For example, Braille, Large Print, Word Document or Audio format.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=107233

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:

- Supply Chain Opportunities

- Training and Employment Opportunities

- Community Projects

(WA Ref:107233)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

12/01/2021

Coding

Commodity categories

ID Title Parent category
48311000 Document management software package Document creation software package
48311100 Document management system Document management software package
30124300 Drums for office machine Parts and accessories of office machines
32581200 Fax equipment Data-communications equipment
30124200 Fuser kits Parts and accessories of office machines
30124100 Fusers Parts and accessories of office machines
30232150 Inkjet printers Peripheral equipment
30232110 Laser printers Peripheral equipment
50310000 Maintenance and repair of office machinery Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
30124000 Parts and accessories of office machines Photocopying and offset printing equipment
30125000 Parts and accessories of photocopying apparatus Photocopying and offset printing equipment
30121100 Photocopiers Photocopying and thermocopying equipment
30121200 Photocopying equipment Photocopying and thermocopying equipment
30232100 Printers and plotters Peripheral equipment
30124500 Scanner accessories Parts and accessories of office machines
30124520 Scanner document feeders Parts and accessories of office machines
30124400 Staple cartridges Parts and accessories of office machines
30125100 Toner cartridges Parts and accessories of photocopying apparatus
30125110 Toner for laser printers/fax machines Parts and accessories of photocopying apparatus
30125120 Toner for photocopiers Parts and accessories of photocopying apparatus

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
12 January 2021
Deadline date:
26 February 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
03 August 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
NPSICTCategoryTeam@gov.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.