By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Stationery and printer ink provision.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Harlow Education Consortium
Procurement Dept, Study Centre,, Netteswellbury Farm
Contact point(s): Rob Yems
CM18 6BW Harlow
UNITED KINGDOM
Telephone: +44 7850064210
E-mail:

Internet address(es):

General address of the contracting authority: http://www.hecuk.net

Address of the buyer profile: https://in-tendhost.co.uk/schoolsbuyingclub

Electronic access to information: https://in-tendhost.co.uk/schoolsbuyingclub

Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/schoolsbuyingclub

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 authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Church Langley Community Primary School
Church Langley Way, Church Langley
CM17 9TH Harlow
UNITED KINGDOM

Fawbert and Barnard's Primary School
London Road
CM17 0DA Harlow
UNITED KINGDOM

Hare Street Community Primary School and Nursery
Little Grove Field
CM19 4BU Harlow
UNITED KINGDOM

Harlowbury Primary School
Watlington Road, Old Harlow
CM17 0DX Harlow
UNITED KINGDOM

The Henry Moore Primary School
Kiln Lane, Church Langley
CM17 9LW Harlow
UNITED KINGDOM

Holy Cross Catholic Primary School
Tracyes Road, Southern Way
CM18 6JJ Harlow
UNITED KINGDOM

Jerounds Community Infant School
Pyenest Road
CM19 4PH Harlow
UNITED KINGDOM

Jerounds Community Infant School
Pyenest Road
CM19 4PH Harlow
UNITED KINGDOM

Katherines Primary School
Brookside
CM19 5NJ Harlow
UNITED KINGDOM

Kingsmoor Primary School
Ployters Road
CM18 7PS Harlow
UNITED KINGDOM

Latton Green Primary School
Riddings Lane
CM18 7HT Harlow
UNITED KINGDOM

Little Parndon Primary School
Park Mead
CM20 1PU Harlow
UNITED KINGDOM

Longwood Primary School
Paringdon Road
CM18 7RQ Harlow
UNITED KINGDOM

Mark Hall Specialist Sport College
First Avenue
CM17 9LR Harlow
UNITED KINGDOM

Milwards Primary School and Nursery
Paringdon Road
CM19 4QX Harlow
UNITED KINGDOM

Nazeing Primary School
Hyde Mead Nazeing Waltham Abbey
EN9 2HS Harlow
UNITED KINGDOM

Passmores Academy
Tracyes Road
CM18 6JH Harlow
UNITED KINGDOM

Pear Tree Mead Primary and Nursery School
Pear Tree Mead
CM18 7BY Harlow
UNITED KINGDOM

Potter Street Primary School
Carters Mead
CM17 9EU Harlow
UNITED KINGDOM

Purford Green Primary School
Purford Green
CM18 6HP Harlow
UNITED KINGDOM

Roydon Primary School
Epping Road, Roydon
CM19 5HN Harlow
UNITED KINGDOM

Sheering Church of England Voluntary Controlled Primary School
The Street Sheering Bishop's Stortford
CM22 7LU Harlow
UNITED KINGDOM

Stewards School - Science Specialist
Parnall Road
CM18 7NQ Harlow
UNITED KINGDOM

St Alban's Catholic Primary School
First Avenue
CM20 2NP Harlow
UNITED KINGDOM

St James' Church of England Voluntary Aided Primary School
Paring Aidon Road
CM18 7RH Harlow
UNITED KINGDOM

St Luke's Catholic Primary School
Pyenest Road
CM19 4LU Harlow
UNITED KINGDOM

St Mark's West Essex Catholic School
Tripton Road
CM18 6AA Harlow
UNITED KINGDOM

Tany's Dell Community Primary School
Mowbray Road
CM20 2LS Harlow
UNITED KINGDOM

The Downs Primary School and Nursery
The Hides
CM20 3RB HArlow
UNITED KINGDOM

Spinney Junior School
Cooks Spinney
CM20 3BW Harlow
UNITED KINGDOM

Spinney Infant School
Cooks Spinney
CM20 3BW Harlow
UNITED KINGDOM

Water Lane Primary School
Broadley Road
CM19 5RD Harlow
UNITED KINGDOM

William Martin CofE Voluntary Controlled Infant and Nursery School
Tawneys Road
CM18 6PN Harlow
UNITED KINGDOM

William Martin Church of England Voluntary Controlled Junior School
Tawneys Road
CM18 6PN Harlow
UNITED KINGDOM

Burnt Mill Comprehensive School
First Avenue
CM20 2NR Harlow
UNITED KINGDOM

Broadfields Primary School
Freshwaters
CM20 3QA Harlow
UNITED KINGDOM

Churchgate Church of England Voluntary Aided Primary School
Hobbs Cross Road
CM17 0LB Harlow
UNITED KINGDOM

Harlow Fields School and College
Tendring Road
CM18 6RN Harlow
UNITED KINGDOM

Abbotsweld Primary School
Partridge Road
CM18 6TE Harlow
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Stationery and printer ink provision.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Rental

NUTS code UKH3

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 2 000 000,00 and 4 500 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Stationery. Paper or paperboard registers, account books, binders, forms and other articles of printed stationery. Paper stationery and other items. Ink. Ink cartridges. This framework agreement is being procured by Harlow Education Consortium for itself and also as a central purchasing body for the use of all named contracting authorities on this notice to purchase from or through it.

For the avoidance of doubt and in addition to the authorities named on this advert a list of member schools that may use this framework agreement is available upon request using contact details as set out in I.1 and at the following location www.edubase.gov.uk using location filter Harlow, epping and Uttlesford.

The Framework agreement will be based on one lot and include but not be limited to the following provision types
Pens, pencils, rulers, rubber bands, paperclips, ties staplers, staples, pins, hole punchers, calculators, post it and sticky notes, files, folders, binders educational stationery, corporate stationery, envelopes, paper, printing paper, card, printer ink, laser ink.
The framework agreement will be put in place for a 4 year period. Under the terms of the proposed framework agreement, there is no obligation for any school to make any purchase under the framework agreement.

Further information and to express an interest please visit https://in-tendhost.co.uk/schoolsbuyingclub where the documentation is made available instantaneously.

II.1.6)Common procurement vocabulary (CPV)

30192700, 22800000, 30199000, 22600000, 30192113

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one lot only
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This framework agreement is being procured by Harlow Education Consortium for itself and also as a central purchasing body for the use of all named contracting authorities on this notice to purchase from or through it.

For the avoidance of doubt and in addition to the authorities named on this advert a list of member schools that may use this framework agreement is available upon request using contact details as set out in I.1 and at the following location www.edubase.gov.uk using location filter Harlow, epping and Uttlesford.

The Framework agreement will be based on one lot and include but not be limited to the following provision types
Pens, pencils, rulers, rubber bands, paperclips, ties staplers, staples, pins, hole punchers, calculators, post it and sticky notes, files, folders, binders educational stationery, corporate stationery, envelopes, paper, printing paper, card, printer ink, laser ink.
Lot 1 - Stationery and ink provision.
The framework agreement will be put in place for a 4 year period. Under the terms of the proposed framework agreement, there is no obligation for any school to make any purchase under the framework agreement.

Further information and to express an interest please visit https://in-tendhost.co.uk/schoolsbuyingclub where the documentation is made available instantaneously.

Estimated value excluding VAT:
Range: between 2 500 000 and 4 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Stationery and ink provision
1)Short description
This framework agreement is being procured by Harlow Education Consortium for itself and also as a central purchasing body for the use of all named contracting authorities on this notice to purchase from or through it.

For the avoidance of doubt and in addition to the authorities named on this advert a list of member schools that may use this framework agreement is available upon request using contact details as set out in I.1 and at the following location www.edubase.gov.uk using location filter Harlow, epping and Uttlesford.

The Framework agreement will be based on one lot and include but not be limited to the following provision types
Pens, pencils, rulers, rubber bands, paperclips, ties staplers, staples, pins, hole punchers, calculators, post it and sticky notes, files, folders, binders educational stationery, corporate stationery, envelopes, paper, printing paper, card, printer ink, laser ink.
Lot 1 - Stationery and ink provision.
The framework agreement will be put in place for a 4 year period. Under the terms of the proposed framework agreement, there is no obligation for any school to make any purchase under the framework agreement.

Further information and to express an interest please visit https://in-tendhost.co.uk/schoolsbuyingclub where the documentation is made available instantaneously.

2)Common procurement vocabulary (CPV)

30192700, 22800000, 30199000, 22600000, 30192113

3)Quantity or scope
This framework agreement is being procured by Harlow Education Consortium for itself and also as a central purchasing body for the use of all named contracting authorities on this notice to purchase from or through it.

For the avoidance of doubt and in addition to the authorities named on this advert a list of member schools that may use this framework agreement is available upon request using contact details as set out in I.1 and at the following location www.edubase.gov.uk using location filter Harlow, epping and Uttlesford.

The Framework agreement will be based on one lot and include but not be limited to the following provision types
Pens, pencils, rulers, rubber bands, paperclips, ties staplers, staples, pins, hole punchers, calculators, post it and sticky notes, files, folders, binders educational stationery, corporate stationery, envelopes, paper, printing paper, card, printer ink, laser ink.
Lot one - Stationery and Ink Provision
The framework agreement will be put in place for a 4 year period. Under the terms of the proposed framework agreement, there is no obligation for any School to make any purchase under the framework agreement.

Further information and to express an interest please visit https://in-tendhost.co.uk/schoolsbuyingclub where the documentation is made available instantaneously.

Estimated value excluding VAT:
Range: between 2 500 000,00 and 4 500 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Information can be found within the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Information can be found within the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Information can be found within the tender documentation.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Further information can be found within the tender documentation.
Minimum level(s) of standards possibly required: Information can be found within the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information can be found within the tender documentation.
Minimum level(s) of standards possibly required:
Information can be found within the tender documentation.
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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3
Objective criteria for choosing the limited number of candidates: As per the tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SBC10121
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 2.5.2013 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.5.2013 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
8.5.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=56262265

GO Reference: GO-201343-PRO-4704313
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.4.2013

Other interesting websites