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