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.

Contract Notice

HCC08/23- Framework Agreement For The Supply of Art and Craft Materials, Art Papers, and Adhesives

  • First published: 02 August 2023
  • Last modified: 02 August 2023

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-h6vhtk-03ec0c
Published by:
Herts Fullstop Ltd
Authority ID:
AA82392
Publication date:
02 August 2023
Deadline date:
04 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contracting Authority, acting on behalf of the Participating Authorities is leading on the procurement process to establish a Framework Agreement for the supply of art and craft materials, art papers and adhesives (herein after referred to as ‘Goods’), and is seeking suitably qualified Contractor(s) to supply the Goods and any related services under any agreement resulting from this tendering exercise. Details of the Goods required under this Agreement are given in the separate excel spreadsheet HCC2314568-Pricing Schedule. The requirement is for delivery of the Goods in bulk drops to the Participating Authority’s central stores. The method of delivery and palletisation will be as stated in Sections 10-13 of this specification. The requirement is split into four lots: - Lot 1: Craft Materials- Lot 2: Glitter, Sand and Sequins - Lot 3: Art Paper - Lot 4: Adhesives The Lots will be awarded on a line-by-line basis, meaning there is no requirement to bid on every item listed on HCC2314568 – Pricing Schedule. It is the intention of the Contracting Authority to award each line to a maximum of three (3) contractors per line who scores the highest across the award criteria and weighting described in the Instructions to Tenderer’s documentation. Orders will be placed to the first ranked contractor, In the event the first ranked contractor is unable to fulfil the order, the Council shall repeat this exercise with the next ranked contractor and shall continue in this way until the Council identifies a contractor to whom the order may be issued.Samples or Colour Swatches are required for this tender opportunity for all goods the contractor bids for; full details of this requirement are outlined in section 23 of the specification.The Council reserves the right to request further samples during the procurement process, such as evaluation stage, if required. Requests for samples will be made via the Supply Hertfordshire portal.Further samples may be requested by the Contracting Authority throughout the term of the Framework. Requests for further samples will be made via the Framework Contract Manager. The anticipated total annual joint expenditure across the Participating Authorities on these Goods is presently circa GBP 2,193,000 per annum.The estimated annual spend by each Participating Authority can be broken down as follows: Hampshire County Council GBP 887,000Hertfordshire County Council GBP 1,306,000The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four-year term, together with the Individual Orders and their possible durations. It is anticipated that the term of the Individual Orders awarded under this Framework Agreement could be up to 4 years. For the avoidance of doubt, the estimated total value of the Framework Agreement could be up to GBP 8,772,000. The Framework Agreement may be awarded for a period of up to Four (4) years, unless terminated in accordance with the provisions of the Framework AgreementPlease note that the requirements of the Framework Agreement will be subject to available financial resources, supplier performance and flexibility to meet changing demands. In addition, there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other Contracts and arrangements with other Suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.Organisations should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Herts Fullstop Ltd

Mundells

Welwyn Garden City

AL7 1FT

UK

Contact person: Simon Hastings

E-mail: simon.hastings@hertfordshire.gov.uk

NUTS: UKH23

Internet address(es)

Main address: www.hertfordshire.gov.uk

Address of the buyer profile: www.supplyhertfordshire.uk

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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned 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

HCC08/23- Framework Agreement For The Supply of Art and Craft Materials, Art Papers, and Adhesives

Reference number: HCC2314568

II.1.2) Main CPV code

37800000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Hertfordshire County Council (the ‘Council’) is currently out to procurement for the provision of a Framework Agreement for the supply of art and craft materials, art paper and adhesives. Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field Organisations wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents 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.1.5) Estimated total value

Value excluding VAT: 8 772 000.00  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: HCC2314568

II.2.1) Title

Framework Agreement For The Supply of Art & Craft Materials, Art Papers, and Adhesives

II.2.2) Additional CPV code(s)

37800000

37823600

37820000

37823500

24911200

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

Hertfordshire and Hampshire

II.2.4) Description of the procurement

The Contracting Authority, acting on behalf of the Participating Authorities is leading on the procurement process to establish a Framework Agreement for the supply of art and craft materials, art papers and adhesives (herein after referred to as ‘Goods’), and is seeking suitably qualified Contractor(s) to supply the Goods and any related services under any agreement resulting from this tendering exercise. Details of the Goods required under this Agreement are given in the separate excel spreadsheet HCC2314568-Pricing Schedule. The requirement is for delivery of the Goods in bulk drops to the Participating Authority’s central stores. The method of delivery and palletisation will be as stated in Sections 10-13 of this specification. The requirement is split into four lots: - Lot 1: Craft Materials- Lot 2: Glitter, Sand and Sequins - Lot 3: Art Paper - Lot 4: Adhesives The Lots will be awarded on a line-by-line basis, meaning there is no requirement to bid on every item listed on HCC2314568 – Pricing Schedule. It is the intention of the Contracting Authority to award each line to a maximum of three (3) contractors per line who scores the highest across the award criteria and weighting described in the Instructions to Tenderer’s documentation. Orders will be placed to the first ranked contractor, In the event the first ranked contractor is unable to fulfil the order, the Council shall repeat this exercise with the next ranked contractor and shall continue in this way until the Council identifies a contractor to whom the order may be issued.Samples or Colour Swatches are required for this tender opportunity for all goods the contractor bids for; full details of this requirement are outlined in section 23 of the specification.The Council reserves the right to request further samples during the procurement process, such as evaluation stage, if required. Requests for samples will be made via the Supply Hertfordshire portal.Further samples may be requested by the Contracting Authority throughout the term of the Framework. Requests for further samples will be made via the Framework Contract Manager. The anticipated total annual joint expenditure across the Participating Authorities on these Goods is presently circa GBP 2,193,000 per annum.The estimated annual spend by each Participating Authority can be broken down as follows: Hampshire County Council GBP 887,000Hertfordshire County Council GBP 1,306,000The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four-year term, together with the Individual Orders and their possible durations. It is anticipated that the term of the Individual Orders awarded under this Framework Agreement could be up to 4 years. For the avoidance of doubt, the estimated total value of the Framework Agreement could be up to GBP 8,772,000. The Framework Agreement may be awarded for a period of up to Four (4) years, unless terminated in accordance with the provisions of the Framework AgreementPlease note that the requirements of the Framework Agreement will be subject to available financial resources, supplier performance and flexibility to meet changing demands. In addition, there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other Contracts and arrangements with other Suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.Organisations should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 8 772 000.00  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

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

Lot No: One

II.2.1) Title

Craft Materials

II.2.2) Additional CPV code(s)

37800000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

Hertfordshire and Hampshire

II.2.4) Description of the procurement

The Lots will be awarded on a line-by-line basis, meaning there is no requirement to bid on every item listed on HCC2314568 – Pricing Schedule. It is the intention of the Contracting Authority to award each line to a maximum of three (3) contractors per line who scores the highest across the award criteria and weighting described in the Instructions to Tenderer’s documentation. Orders will be placed to the first ranked contractor, In the event the first ranked contractor is unable to fulfil the order, the Council shall repeat this exercise with the next ranked contractor and shall continue in this way until the Council identifies a contractor to whom the order may be issued

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 8 772 000.00  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

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

Lot No: Two

II.2.1) Title

Glitter, Sand and Sequins

II.2.2) Additional CPV code(s)

37800000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

Hertfordshire and Hampshire

II.2.4) Description of the procurement

The Lots will be awarded on a line-by-line basis, meaning there is no requirement to bid on every item listed on HCC2314568 – Pricing Schedule. It is the intention of the Contracting Authority to award each line to a maximum of three (3) contractors per line who scores the highest across the award criteria and weighting described in the Instructions to Tenderer’s documentation. Orders will be placed to the first ranked contractor, In the event the first ranked contractor is unable to fulfil the order, the Council shall repeat this exercise with the next ranked contractor and shall continue in this way until the Council identifies a contractor to whom the order may be issued.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 8 772 000.00  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

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

Lot No: Three

II.2.1) Title

Art Paper

II.2.2) Additional CPV code(s)

37823500

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

Hertfordshire and Hampshire

II.2.4) Description of the procurement

The Lots will be awarded on a line-by-line basis, meaning there is no requirement to bid on every item listed on HCC2314568 – Pricing Schedule. It is the intention of the Contracting Authority to award each line to a maximum of three (3) contractors per line who scores the highest across the award criteria and weighting described in the Instructions to Tenderer’s documentation. Orders will be placed to the first ranked contractor, In the event the first ranked contractor is unable to fulfil the order, the Council shall repeat this exercise with the next ranked contractor and shall continue in this way until the Council identifies a contractor to whom the order may be issued.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 8 772 000.00  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

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

Lot No: Four

II.2.1) Title

Adhesives

II.2.2) Additional CPV code(s)

24911200

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

Hertfordshire and Hampshire

II.2.4) Description of the procurement

The Lots will be awarded on a line-by-line basis, meaning there is no requirement to bid on every item listed on HCC2314568 – Pricing Schedule. It is the intention of the Contracting Authority to award each line to a maximum of three (3) contractors per line who scores the highest across the award criteria and weighting described in the Instructions to Tenderer’s documentation. Orders will be placed to the first ranked contractor, In the event the first ranked contractor is unable to fulfil the order, the Council shall repeat this exercise with the next ranked contractor and shall continue in this way until the Council identifies a contractor to whom the order may be issued.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Price / Weighting:  80%

II.2.6) Estimated value

Value excluding VAT: 8 772 000.00  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

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

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:

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.

Justification for any framework agreement duration exceeding 4 years: Will not exceed 4 years

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 04/09/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 04/09/2023

Local time: 12:00

Place:

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

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. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Framework 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 organisation 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 organisation 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 endeavour 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 organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Framework Agreement.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 20794760000

VI.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 20794760000

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Framework Agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.

VI.4.4) Service from which information about the review procedure may be obtained

Chief Legal Officer

Hertfordshire County Council

County Hall, Hertford,

SG13 8DE

UK

VI.5) Date of dispatch of this notice

01/08/2023

Coding

Commodity categories

ID Title Parent category
24911200 Adhesives Gelatines
37823500 Art and craft paper Greaseproof paper and other paper items
37820000 Art supplies Handicraft and art supplies
37823600 Drawing paper Greaseproof paper and other paper items
37800000 Handicraft and art supplies Musical instruments, sport goods, games, toys, handicraft, art materials and accessories

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
simon.hastings@hertfordshire.gov.uk
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.