Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  CBG Buying
  International House, 24 Holborn Viaduct
  London
  EC1A 2BN
  UK
  
            Telephone: +44 8001953010
  
            E-mail: Steve@charitiesbuyinggroup.com
  
            NUTS: UKI
  Internet address(es)
  
              Main address: http://www.charitiesbuyinggroup.com/
  
              Address of the buyer profile: http://www.charitiesbuyinggroup.com/
 
I.1) Name and addresses
  Public Sector
  International House
  London
  EC1A 2BN
  UK
  
            E-mail: Steve@charitiesbuyinggroup.com
  
            NUTS: UK
  Internet address(es)
  
              Main address: http://www.charitiesbuyinggroup.com/
  
              Address of the buyer profile: http://www.charitiesbuyinggroup.com/
 
I.1) Name and addresses
  Dukefield Procurement Limited
  Parkside House 167, Chorley
  Bolton
  BL1 4RA
  UK
  
            Telephone: +44 7966040564
  
            E-mail: steve.davies@dukefieldprocurement.co.uk
  
            NUTS: UKD3
  Internet address(es)
  
              Main address: http://www.dukefield.co.uk/about-us/
  
              Address of the buyer profile: http://www.dukefield.co.uk/about-us/
 
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://suppliers.multiquote.com
Additional information can be obtained from another address:
  CBG Buying
  International House, 24 Holborn Viaduct
  London
  EC1A 2BN
  UK
  
            Telephone: +44 8001953010
  
            E-mail: Steve@charitiesbuyinggroup.com
  
            NUTS: UKI
  Internet address(es)
  
              Main address: http://www.charitiesbuyinggroup.com/
  
              Address of the buyer profile: http://www.charitiesbuyinggroup.com/
 
Tenders or requests to participate must be sent electronically to:
https://suppliers.multiquote.com
Tenders or requests to participate must be sent to the abovementioned address
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
Multifunctional Devices and Associated Digital Solutions Framework
            Reference number: CA13138 - CBG/DU/MFD/01
  II.1.2) Main CPV code
  79800000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  This is a framework for the supply of multifunctional devices and associated digital solutions. It is let by the CBG Buying Community Interest Company known as Charities Buying Group and is available for use by members of the Charities Buying Group and all other organisations across the UK Public Sector. 
  II.1.5) Estimated total value
  Value excluding VAT: 
			100 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    30191000
    79811000
    63120000
    48311000
    30197645
    30231300
    30125000
    38651000
    72512000
    79810000
    32320000
    30121100
    30197630
    79520000
    72212310
    30192400
    30192110
    38651600
    48000000
    50313000
    30232100
    30232110
    79410000
    50340000
    79571000
    50313100
    30232140
    72212780
    30192113
    79521000
    22100000
    79821000
    30121000
    30232000
    30200000
    48300000
    30232130
    79820000
    51000000
    50313200
    48517000
    30236000
    79570000
    30121300
    30131000
    30000000
    22900000
    22800000
    30123000
    63121000
    64110000
    30121200
    30231310
    30130000
    79999100
    22200000
    38520000
    64100000
    79995100
    30197642
    79823000
    79824000
    48782000
    22000000
    50310000
    30120000
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    United Kingdom
    II.2.4) Description of the procurement
    This framework will provide access to a comprehensive suite of multifunctional devices and associated digital solutions. It is being established to meet the needs of Charities Buying Group Members,http://www.charitiesbuyinggroup.com. It is also open for use by all contracting authorities across the UK public sector (and any future successors). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and registered Social Landlords. Full details of the classification of eligible end user organisations and geographical areas is available at
    
    http://www.dukefieldprocurement.co.uk/fts-eligible-users
    
    The Framework will be let across a  single lot, with a maximum of 10 suppliers awarded a place on the framework.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  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:
            
              Yes
            
    Description of options:
    48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
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: 10
  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:
              20/12/2023
  
                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:
              20/12/2023
  
              Local time: 12:00
 
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
CBG Internal Reference Number is CBG/DU/MFD/01. The framework is being delivered by Charities Buying Group and its partners Dukefield Procurement Ltd and Dukefield Print Solutions Limited (who are subsidiaries of Dukefield Limited Ltd). Dukefield Procurement Ltd and Dukefield Print Solutions Limited are acting as agents of Charities Buying Group in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:
https://suppliers.multiquote.com
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Charities Buying Group expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the group's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section V.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position in question for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum, where their final evaluation score (s) is within 0.5% of the last placed position. For the avoidance of doubt, the last placed position in respect of this framework is tenth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.
VI.4) Procedures for review
  VI.4.1) Review body
  
    Charities Buying Group
    International House, 24 Holborn Viaduct
    London
    EC1A 2BN
    UK
   
  VI.4.2) Body responsible for mediation procedures
  
    Charities Buying Group
    International House, 24 Holborn Viaduct
    London
    EC1A 2BN
    UK
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  Precise information on deadline(s) for review procedures Charities Buying Group will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action 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 on 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 the 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
  
    Charities Buying Group
    International House, 24 Holborn Viaduct
    London
    EC1A 2BN
    UK
   
 
VI.5) Date of dispatch of this notice
17/11/2023