Sell2Wales.gov.wales uses cookies which are essential for the site to work. We also use non-essential cookies to help us improve government digital services. Any data collected is anonymised. By continuing to use this site, you agree to our use of cookies.

Accept cookies Cookie Settings

View Notice

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)

Add notice to my Sell2Wales Interest List

Notice Details

Title: Multifunctional Devices and Associated Digital Solutions Framework
OCID: ocds-h6vhtk-041b0f
Published by: CBG Buying
Authority ID: AA84876
Publication Date: 19/11/2023
Deadline Date: 20/12/2023
Deadline Time: 12:00
Notice Type: Contract Notice
Has Documents: No
Has SPD: No
Abstract:

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.

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


Information added to the notice since publication.

Additional information added to the notice since it's publication.
No further information has been uploaded.
Main Contact: Steve@charitiesbuyinggroup.com
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a

Commodity Categories

Commodity Categories
IDTitleParent Category
79995100Archiving servicesLibrary management services
79410000Business and management consultancy servicesBusiness and management consultancy and related services
38651000CamerasPhotographic equipment
30197645Card for printingSmall office equipment
30232130Colour graphics printersPeripheral equipment
30200000Computer equipment and suppliesOffice and computing machinery, equipment and supplies except furniture and software packages
38651600Digital camerasCameras
79811000Digital printing servicesPrinting services
30231300Display screensComputer screens and consoles
72212310Document creation software development servicesProgramming services of application software
48300000Document creation, drawing, imaging, scheduling and productivity software packageSoftware package and information systems
72512000Document management servicesComputer-related management services
48311000Document management software packageDocument creation software package
30231310Flat panel displaysComputer screens and consoles
30192113Ink cartridgesOffice supplies
30192110Ink productsOffice supplies
51000000Installation services (except software)Other Services
48517000IT software packageCommunication software package
30232110Laser printersPeripheral equipment
79571000Mailing servicesMailing-list compilation and mailing services
79570000Mailing-list compilation and mailing servicesOffice-support services
30131000Mailroom equipmentPost-office equipment
50310000Maintenance and repair of office machineryRepair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50313000Maintenance and repair of reprographic machineryMaintenance and repair of office machinery
30236000Miscellaneous computer equipmentComputer-related equipment
22900000Miscellaneous printed matterPrinted matter and related products
22200000Newspapers, journals, periodicals and magazinesPrinted matter and related products
30123000Office and business machinesPhotocopying and offset printing equipment
30000000Office and computing machinery, equipment and supplies except furniture and software packagesComputer and Related Services
30191000Office equipment except furnitureVarious office equipment and supplies
22800000Paper or paperboard registers, account books, binders, forms and other articles of printed stationeryPrinted matter and related products
30125000Parts and accessories of photocopying apparatusPhotocopying and offset printing equipment
30232000Peripheral equipmentComputer-related equipment
50313200Photocopier maintenance servicesMaintenance and repair of reprographic machinery
30197642Photocopier paper and xerographic paperSmall office equipment
50313100Photocopier repair servicesMaintenance and repair of reprographic machinery
30121100PhotocopiersPhotocopying and thermocopying equipment
30120000Photocopying and offset printing equipmentOffice machinery, equipment and supplies except computers, printers and furniture
30121000Photocopying and thermocopying equipmentPhotocopying and offset printing equipment
30121200Photocopying equipmentPhotocopying and thermocopying equipment
79521000Photocopying servicesReprographic services
30232140PlottersPeripheral equipment
64100000Post and courier servicesPostal and telecommunications services
64110000Postal servicesPost and courier services
30130000Post-office equipmentOffice machinery, equipment and supplies except computers, printers and furniture
79821000Print finishing servicesServices related to printing
22100000Printed books, brochures and leafletsPrinted matter and related products
22000000Printed matter and related productsPrinting and Publishing
30232100Printers and plottersPeripheral equipment
79823000Printing and delivery servicesServices related to printing
79824000Printing and distribution servicesServices related to printing
79800000Printing and related servicesBusiness services: law, marketing, consulting, recruitment, printing and security
30197630Printing paperSmall office equipment
79810000Printing servicesPrinting and related services
50340000Repair and maintenance services of audio-visual and optical equipmentRepair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
30121300Reproduction equipmentPhotocopying and thermocopying equipment
79520000Reprographic servicesOffice-support services
30192400Reprographic suppliesOffice supplies
38520000ScannersChecking and testing apparatus
79999100Scanning servicesScanning and invoicing services
79820000Services related to printingPrinting and related services
48000000Software package and information systemsComputer and Related Services
63121000Storage and retrieval servicesStorage and warehousing services
63120000Storage and warehousing servicesCargo handling and storage services
48782000Storage management software packageSystem, storage and content management software package
72212780System, storage and content management software development servicesProgramming services of application software
32320000Television and audio-visual equipmentTelevision and radio receivers, and sound or video recording or reproducing apparatus

Delivery Locations

Delivery Locations
IDDescription
100UK - All

Alert Region Restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

Alert Region Restrictions
There are no alert restrictions for this notice.

Copyright © Sell2Wales