Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Leeds City College
College House, Hanover Way
Contact point(s): Steve Vickers/Louise Child
For the attention of: Steve Vickers
LS3 1AA Leeds
UNITED KINGDOM
Telephone: +44 1133861904
E-mail:
Internet address(es):
General address of the contracting authority: http://www.leedscitycollege.ac.uk/
Address of the buyer profile: http://www.supplierportfolio.co.uk/intend.aspx
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Reprographics.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Lease
Main site or location of works, place of delivery or of performance: Leeds City College estate - refer to web site.
NUTS code UKE42
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Leeds City College are inviting expressions of interest from suppliers to supply and maintain/service the following equipment:
Multifunction devices.
Large volume reprographic devices.
Printers.
Consumables.
Pull and print service.
II.1.6)Common procurement vocabulary (CPV)30121100, 30232110, 30121200, 30125000, 30124400, 30125120, 30197643, 50313100, 30125110, 30216000, 50313200
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The scope of the cleaning services contract includes the following elements:
1) Supply the following equipment: large volume reprographics equipment, multifunctional device and printers;
2) Supply all equipment with the necessary software to operate a pull and print system;
3) Maintenance both pre programmed and reactive;
4) Maintain stock levels on site to have little or no disruption to the service.
Additional service may include:
a. Supply of paper.
Estimated value excluding VAT:
Range: between 3 750 000 and 4 500 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The contract will initially be for a period of five (5) years with the option of two (2) one (1) year extensions at the sole discretion of Leeds City College.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion Starting 1.8.2012. Completion 31.7.2017
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:Independent financial appraisals will be used to assess companies financial standing.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Determined in the invitation to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:No special legal form is required by the grouping of providers but each provider will be required to become jointly or severally responsible for the contract before acceptance.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in PQQ.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in PQQ.
Minimum level(s) of standards possibly required: As detailed in PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in PQQ.
Minimum level(s) of standards possibly required:
As detailed in tender document.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: Refer to IV.2.1 - award criteria.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:SV/LCC/149
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate21.3.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationSuppliers are required to register and submit an expression of interest via the In-Tend portal (http://www.supplierportfolio.co.uk/intend.aspx).
The values given in this notice are only estimations and do not include for the possible extension periods of two one year extensions - the College gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the contract agreement.
If an appeal regarding the award of a contract/framework agreement has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If a framework agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:27.1.2012