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