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

National Public Sector Workplace Supplies and Services Framework

  • First published: 08 August 2024
  • Last modified: 08 August 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04889c
Published by:
Dartford Borough Council
Authority ID:
AA20111
Publication date:
08 August 2024
Deadline date:
06 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contracting Authority wishes to award a Framework Agreement for the provision of a suite of workplace supplies and services to include, but not be limited to, the supply of office stationery and supplies, office supplies, paper and print consumables, and cleaning and janitorial supplies including paper and hygiene products and PPE and associated services to fulfil the requirements of the wider public sector.

The Contracting Authority wishes to establish a Framework Agreement to meet the workplace supplies and services needs of organisations across the entire public sector across three Lots as detailed below; covering the broad range of workplace supplies and services detailed above and within the Invitation to Tender documentation. The framework is let on behalf of the Dartford Borough Council but will also be open for use by all other public sector contracting authorities (and any future successors to these organisations), (as defined in Part 1, General, 2 (1) of the Public Contract Regulations 2015) or their agents. These include but are not limited to central government departments and their agencies, non-departmental public bodies (NDPBs), NHS bodies (including; acute trusts, ambulance trusts, primary care trusts, care trusts, NHS hospital trusts, strategic health authorities, mental health trusts, special health authorities), local authorities, police authorities, emergency services, educational establishments (including schools, universities, academies, academies trusts, free schools, colleges of further education), hospices, national parks and registered social landlords who have a need to purchase these services.

Full details of the classification of end user establishments and geographical areas is available on: https://www.dukefieldprocurement.co.uk/fts-eligible-users

Please refer to details further in this notice for Lot specific CPV codes.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Dartford Borough Council

Civic Centre, Home Gardens

Dartford

DA1 1DR

UK

Contact person: Dartford Borough Council Procurement Team

Telephone: +44 1322343234

E-mail: procurement@dartford.gov.uk

NUTS: UKJ4

Internet address(es)

Main address: http://www.dartford.gov.uk/

Address of the buyer profile: http://www.dartford.gov.uk/

I.1) Name and addresses

Dukefield Procurement

Parkside House, 167 Chorley New Road

Bolton

BL1 4RA

UK

E-mail: info@dukefieldprocurement.co.uk

NUTS: UK

Internet address(es)

Main address: https://www.dukefieldprocurement.co.uk/

I.2) Joint procurement

The contract involves 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://procontract.due-north.com/Advert/Index?advertId=5c6e6565-e353-ef11-812e-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=5c6e6565-e353-ef11-812e-005056b64545


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

National Public Sector Workplace Supplies and Services Framework

Reference number: DN736567

II.1.2) Main CPV code

30100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Contracting Authority wishes to award a Framework Agreement for the provision of a suite of workplace supplies and services to include, but not be limited to, the supply of office stationery and supplies, office supplies, paper and print consumables, and cleaning and janitorial supplies including paper and hygiene products and PPE and associated services to fulfil the requirements of the wider public sector.

The Contracting Authority wishes to establish a Framework Agreement to meet the workplace supplies and services needs of organisations across the entire public sector across three Lots as detailed below; covering the broad range of workplace supplies and services detailed above and within the Invitation to Tender documentation. The framework is let on behalf of the Dartford Borough Council but will also be open for use by all other public sector contracting authorities (and any future successors to these organisations), (as defined in Part 1, General, 2 (1) of the Public Contract Regulations 2015) or their agents. These include but are not limited to central government departments and their agencies, non-departmental public bodies (NDPBs), NHS bodies (including; acute trusts, ambulance trusts, primary care trusts, care trusts, NHS hospital trusts, strategic health authorities, mental health trusts, special health authorities), local authorities, police authorities, emergency services, educational establishments (including schools, universities, academies, academies trusts, free schools, colleges of further education), hospices, national parks and registered social landlords who have a need to purchase these services.

Full details of the classification of end user establishments and geographical areas is available on: https://www.dukefieldprocurement.co.uk/fts-eligible-users

Please refer to details further in this notice for Lot specific CPV codes.

II.1.5) Estimated total value

Value excluding VAT: 170 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The framework will consist of three Lots as detailed below:

Lot 1 - National Workplace Supplies and Services One-Stop-Shop

Lot 2 - Office Supplies, Paper and Print Consumables

Lot 3 - Cleaning and Janitorial Supplies including Paper and Hygiene Products and PPE

The Contracting Authority is looking to appoint up to five suppliers for Lot 1, up to three suppliers on Lot 2 and up to three suppliers on Lot 3.

II.2) Description

Lot No: 1

II.2.1) Title

National Workplace Supplies and Services One-Stop-Shop

II.2.2) Additional CPV code(s)

18100000

18200000

18300000

18400000

18800000

22100000

22200000

22400000

22800000

22900000

24000000

30192000

30200000

33141620

33141623

33700000

35110000

35810000

39000000

51000000

55200000

64000000

79400000

79900000

90500000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of workplace services and supplies, with the intention of creating a one-stop-shop for such supplies and services. The supplies and services will include, but not be limited to:

i)Office stationery and supplies

ii) IT and print consumables and peripherals

iii) Paper supplies

iv) Cleaning and janitorial supplies including paper and hygiene products

v) Personal protective equipment including first aid

vi) Furniture

vii) Catering supplies and equipment

viii) Workwear and related clothing

ix) Office waste services

x) Office equipment and supplies

xi) Promotional products

xii) Personal care and medical consumables

xiii) Domestic appliances

xiv) Specialist print and related services

ADDITIONAL CPV: 03000000, 18100000, 18200000, 18300000, 18400000, 18800000, 22000000, 22100000, 22200000, 22400000, 22800000, 22900000, 24000000, 30000000, 30100000, 30190000, 30191000, 30191100, 30192000, 30192110, 30192112, 30192113, 30197000, 30197630, 30197640, 30197641, 30197642, 30197643, 30197644, 30197645, 30199000, 30200000, 30234000, 30237200, 30237300, 30237310, 33141620, 33141623, 33000000, 33199000, 33700000, 33760000, 33770000, 35110000, 35810000, 39000000, 39100000, 39130000, 39134000, 39140000, 39141000, 39150000, 39160000, 39220000, 39700000, 39800000, 39830000, 51000000, 55200000, 64000000, 64100000, 79400000, 79900000, 90500000, 90510000, 90511400, 90514000

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

Start: 09/10/2024

End: 08/10/2028

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: Yes

Description of options:

The Contracting Authority reserves the right to extend the framework by a period, or periods, totalling no more than twelve months, at its absolute discretion. The extension period (up to a max of twelve months) will apply at the expiry of the initial framework term of 08/10/27.

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

The quantity and value of the framework will be determined by the up-take from end users of the framework.

Initial estimates consider a maximum value for this lot of 100,000,000 GBP over the full four year framework term.

The contracting authority is looking to appoint up to five suppliers for this Lot.

Lot No: 2

II.2.1) Title

Lot 2 - Office Supplies, Paper and Print Consumables

II.2.2) Additional CPV code(s)

22000000

30000000

79400000

79900000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of office supplies, paper and print consumables.

ADDITIONAL CPV: 22000000, 22100000, 22200000, 22400000, 22800000, 22900000, 30000000, 30100000, 30190000, 30191100, 30192000, 30192110, 30192112, 30192113, 30197630, 30197640, 30197641, 30197642, 30197643, 30197644, 30197645, 30199000, 30237310, 79400000, 79900000.

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

Start: 09/10/2024

End: 08/10/2028

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: Yes

Description of options:

The Contracting Authority reserves the right to extend the framework by a period, or periods, totalling no more than twelve months, at its absolute discretion. The extension period (up to a max of twelve months) will apply at the expiry of the initial framework term of 08/10/27.

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

The quantity and value of the framework will be determined by the up-take from end users of the framework.

Initial estimates consider a maximum value for this lot of 50,000,000 GBP over the full four year framework term.

The contracting authority is looking to appoint up to three suppliers for this Lot.

Lot No: 3

II.2.1) Title

Lot 3 – Cleaning and Janitorial Supplies including Paper and Hygiene Products and PPE

II.2.2) Additional CPV code(s)

24000000

33760000

33770000

39330000

39830000

79400000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Contracting Authority wishes to make available to Participating Public Sector Bodies a comprehensive range of Cleaning and Janitorial Supplies including Paper and Hygiene Products.

ADDITIONAL CPV: 24000000, 33760000, 33770000, 39000000, 39800000, 79400000

30192000 - Office supplies

30237300 - Computer supplies

39220000 - Kitchen equipment, household and domestic items and catering

supplies

15863000 - Tea

33770000 - Paper sanitary

33760000 - Toilet paper, handkerchiefs, hand towels and serviettes

30192113 - Ink cartridges

15981000 - Mineral water

30191000 - Office equipment except furniture

39134000 - Computer furniture

33000000 - Medical equipment, pharmaceuticals and personal care products

39292400 - Writing instruments

30191100 - Filing equipment

30197643 - Photocopier paper

30197000 - Small office equipment

15860000 - Coffee, tea and related products

39130000 - Office furniture

30234000 - Storage media

30190000 - Various office equipment and supplies

30197642 - Photocopier paper and xerographic paper

30197644 - Xerographic paper

39800000 - Cleaning and polishing products

39000000 - Furniture (incl. office furniture), furnishings, domestic appliances

(excl. lighting) and cleaning products

30199792 - Calendars

30237310 - Font cartridges for printers

33700000 - Personal care products

39700000 - Domestic appliances

33141623 - First-aid boxes

30197640 - Self-copy or other copy paper

18424300 - Disposable gloves

30237200 - Computer accessories

39830000 - Cleaning products

30199000 - Paper stationery and other items

30197630 - Printing paper

30200000 - Computer equipment and supplies

30192110 - Ink products

30197645 - Card for printing

33141620 - Medical kits

15861000 - Coffee

18923000 - Pouches and wallets

30192121 - Ballpoint pens

30100000 - Office machinery, equipment and supplies except computers, printers

and furniture

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

Start: 09/10/2024

End: 08/10/2028

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: Yes

Description of options:

The Contracting Authority reserves the right to extend the framework by a period, or periods, totalling no more than twelve months, at its absolute discretion. The extension period (up to a max of twelve months) will apply at the expiry of the initial framework term of 08/10/27.

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

The quantity and value of the framework will be determined by the up-take from end users of the framework.

Initial estimates consider a maximum value for this lot of 20,000,000 GBP over the full four year framework term.

The contracting authority is looking to appoint up to three suppliers for this Lot.

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: 11

Justification for any framework agreement duration exceeding 4 years:

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 06/09/2024

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: 06/09/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

It is anticipated that, as a minimum, the Contracting Authority will utilise this framework for its workplace solutions and supplies requirements. However, it cannot guarantee that any purchases will be made through the framework during the course of the agreement. The Contract Authority's current workplace solutions framework is utilised by a number of public sector organisations but, again, no guarantee of future purchases under the framework can be given. The volume of the requirement under this framework is therefore dependent upon the take up of the agreement by potential end users. The total value of the framework is anticipated not to exceed 170,000,000 GBP over the four year term of the framework.

Common procurement vocabulary (CPV) for entire Framework:

03000000, 18100000, 18200000, 18300000, 18400000, 18800000, 22000000, 22100000, 22200000, 22400000, 22800000, 22900000, 24000000, 30000000, 30100000, 30190000, 30191000, 30191100, 30192000, 30192110, 30192112, 30192113, 30197000, 30197630, 30197640, 30197641, 30197642, 30197643, 30197644, 30197645, 30199000, 30200000, 30234000, 30237200, 30237300, 30237310, 33141620, 33141623, 33000000, 33199000, 33700000, 33760000, 33770000, 35110000, 35810000, 39000000, 39100000, 39130000, 39134000, 39140000, 39141000, 39150000, 39160000, 39220000, 39700000,

39800000, 39830000, 51000000, 55200000, 64000000, 64100000, 79400000, 79900000, 90500000, 90510000, 90511400, 90514000

The Contracting Authority reserves the right to extend the framework by twelve months at its absolute discretion.

The following information will be detailed within the tender documentation:

Award criteria

Legal, economic, financial and technical information

Any deposits and guarantees required

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Dukefield Limited are acting as agents of Dartford Borough Council in the development and ongoing contract management of this framework. The Contracting Authority will be using an e-tendering system to conduct the procurement exercise. This opportunity will be completed electronically via ProContract.

Dartford Borough Council wishes to award a Framework Agreement for the provision of a suite of workplace supplies and services to include, but not be limited to, the supply of office stationery, paper, print consumables, cleaning and janitorial supplies including paper and hygiene products, personal protective equipment including first aid, IT and print consumables and peripherals, paper supplies, waste services, furniture, specialist print and related services and promotional products. and associated consultancy services to fulfil the requirements of the wider public sector as a whole in this respect.

Full details of the project can be obtained by registering a formal expression of interest for this opportunity on the Kent Business Portal: www.kentbusinessportal.org.uk

The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. The Contracting Authority further reserves the right not to award any contract as a result of the procurement process and reserves the right to cancel the entire process or parts of the tender process commenced by the publication of this notice and in no circumstances will it be liable for any costs incurred by tenderers. The value of the framework provided in this notice is only an estimate and the Contracting Authority cannot guarantee any business through this framework agreement. The Contracting Authority wishes to establish a Framework Agreement open for use by all Public Sector Bodies as detailed in this notice.

VI.4) Procedures for review

VI.4.1) Review body

Dartford Borough Council

Civic Centre, Home Gardens

Dartford

DA1 1DR

UK

Telephone: +44 1322343434

E-mail: procurement@dartford.gov.uk

VI.4.2) Body responsible for mediation procedures

Dartford Borough Council

Civic Centre, Home Gardens

Dartford

DA1 1DR

UK

Telephone: +44 1322343434

E-mail: procurement@dartford.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

Lodging of Appeals: Dartford Borough Council shall in accordance with the Public Contracts Regulations 2015, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers. The Council shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision, and shall do so by notice in writing by the most rapid means of communication practicable. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within three months. If a declaration of ineffectiveness is sought, any such actions must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract 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 contract has been entered into the Court, may depending upon the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

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

Dartford Borough Council

Civic Centre, Home Gardens

Dartford

DA1 1DR

UK

Telephone: +44 1322343434

E-mail: procurement@dartford.gov.uk

VI.5) Date of dispatch of this notice

07/08/2024

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
55200000 Camping sites and other non-hotel accommodation Hotel, restaurant and retail trade services
24000000 Chemical products Materials and Products
39830000 Cleaning products Cleaning and polishing products
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
39330000 Disinfection equipment Miscellaneous equipment
35110000 Firefighting, rescue and safety equipment Emergency and security equipment
33141623 First-aid boxes Disposable non-chemical medical consumables and haematological consumables
18800000 Footwear Clothing, footwear, luggage articles and accessories
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
18300000 Garments Clothing, footwear, luggage articles and accessories
35810000 Individual equipment Individual and support equipment
51000000 Installation services (except software) Other Services
33141620 Medical kits Disposable non-chemical medical consumables and haematological consumables
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security
22900000 Miscellaneous printed matter Printed matter and related products
22200000 Newspapers, journals, periodicals and magazines Printed matter and related products
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
30100000 Office machinery, equipment and supplies except computers, printers and furniture Office and computing machinery, equipment and supplies except furniture and software packages
30192000 Office supplies Various office equipment and supplies
18200000 Outerwear Clothing, footwear, luggage articles and accessories
22800000 Paper or paperboard registers, account books, binders, forms and other articles of printed stationery Printed matter and related products
33770000 Paper sanitary Personal care products
33700000 Personal care products Medical equipments, pharmaceuticals and personal care products
64000000 Postal and telecommunications services Other Services
22100000 Printed books, brochures and leaflets Printed matter and related products
22000000 Printed matter and related products Printing and Publishing
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
18400000 Special clothing and accessories Clothing, footwear, luggage articles and accessories
22400000 Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals Printed matter and related products
33760000 Toilet paper, handkerchiefs, hand towels and serviettes Personal care products

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:
procurement@dartford.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.