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

SBC/10120 - HEC Reprographics Framework

Contract notice

Services

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
For the attention of: 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

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

As detailed in section II.2.1

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
SBC/10120 - HEC Reprographics Framework
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 15: Publishing and printing services on a fee or contract basis
Main site or location of works, place of delivery or of performance: Essex and surrounding area

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 1 000 000,00 and 3 000 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Harlow Education Consortium intends to tender for the provision of managed print services for itself and school consortium members. The lead contracting authority for this procurement is Harlow Education Consortium purchasing for an on behalf of associated members.

This tender and all subsequent documentation will be managed online, where documents can be made available instantaneously via the secure SBC tendering portal. In the first instance please visit https://in-tendhost.co.uk/schoolsbuyingclub

This is a competitive procurement conducted in accordance with the Restricted Procedure under the Consolidated Public Procurement Directive 2004/18/EC, as implemented in the UK by the Public Contracts Regulations 2006, as amended from time to time.
II.1.6)Common procurement vocabulary (CPV)

30121100, 79521000, 50313200

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:
Harlow Education Consortium intends to tender for the provision of managed print services for itself and school consortium members. The lead contracting authority for this procurement is Harlow Education Consortium purchasing for an on behalf of associated members.

This tender and all subsequent documentation will be managed online, where documents can be made available instantaneously via the secure SBC tendering portal. In the first instance please visit https://in-tendhost.co.uk/schoolsbuyingclub

This is a competitive procurement conducted in accordance with the Restricted Procedure under the Consolidated Public Procurement Directive 2004/18/EC, as implemented in the UK by the Public Contracts Regulations 2006, as amended from time to time.
Harlow Education Consortium wishes to award a single supplier, single lot framework agreement for the provision of managed print services for itself and member school organisations. The framework duration will be for four years and include the following services
The Supply, delivery and installation of all specifications of multifunctional devices including desktop networked printing equipment.
On-going preventative and re-active maintenance to support the provision.
The supply of toner to support the units purchased.
The supply and maintenance of further technology to support greater efficiency generation.
The disposal of legacy equipment.
As above the framework will include one lot and its envisaged that the lot will include one supplier.
As indicated in section I.2 Harlow Education Consortium intend to award this framework for and on behalf of itself and associated members, the following members are expressly mentioned below:
Church Langley Community Primary School Church Langley Way Church Langley
Fawbert and Barnard's Primary School London Road Old Harlow Essex
Hare Street Community Primary School and Nursery Little Grove Field Harlow Essex
Harlowbury Primary School Watlington Road Old Harlow Harlow Essex
The Henry Moore Primary School Kiln Lane Church Langley Harlow Essex
Holy Cross Catholic Primary School, HarlowTracyes Road Southern Way Harlow
Jerounds Community Infant School Pyenest Road Harlow Essex
Jerounds Community Junior School Pyenest Road Harlow Essex
Katherines Primary School Brookside Harlow Essex
Kingsmoor Primary School Ployters Road Harlow Essex
Latton Green Primary School Riddings Lane Harlow Essex
Little Parndon Primary School Park Mead Harlow Essex
Longwood Primary School Paringdon Road Harlow Essex
Mark Hall Specialist Sport College First Avenue Harlow Essex
Milwards Primary School and Nursery Paringdon Road Harlow Essex
Nazeing Primary SchoolHyde Mead Nazeing Waltham Abbey Essex
Passmores Academy Tracyes Road Harlow Essex
Pear Tree Mead Primary and Nursery School Pear Tree Mead Harlow Essex
Potter Street Primary School Carters Mead Harlow Essex
Purford Green Primary School Purford Green Harlow Essex
Roydon Primary School Epping Road Roydon Harlow Essex
Sheering Church of England Voluntary Controlled Primary SchoolThe Street Sheering
Stewards School - Science Specialist, Harlow Parnall Road Harlow Essex
St Albans Catholic Primary School First Avenue Harlow Essex
St James Church of England Voluntary aided Primary School, Harlow Paring Aidon
St Lukes Catholic Primary School Pyenest Road Harlow Essex
St Marks West Essex Catholic School Tripton Road Harlow Essex
Tanys Dell Community Primary School Mowbray Road Harlow Essex
The Downs Primary School and Nursery The Hides Harlow Essex
Spinney Junior School Cooks Spinney Harlow Essex
Spinney Infant School Cooks Spinney Harlow Essex
Water Lane Primary School Broadley Road Harlow Essex
William Martin CofE Voluntary Controlled Infant and Nursery School Tawneys Road
William Martin Church of England Voluntary Controlled Junior School, Harlow
Burnt Mill Comprehensive School First Avenue Harlow Essex
Broadfields Primary School Freshwaters Harlow Essex
Churchgate Church of England Voluntary Aided Primary School, HarlowHobbs Cross,Road Harlow Essex
Harlow Fields School and College Tendring Road Harlow Essex
Abbotsweld Primary School Partridge Road Harlow Essex

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.

Estimated value excluding VAT:
Range: between 1 000 000,00 and 3 000 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
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: SBC/10120 - HEC Reprographics Framework
1)Short description
Harlow Education Consortium intends to tender for the provision of managed print services for itself and school consortium members. The lead contracting authority for this procurement is Harlow Education Consortium purchasing for an on behalf of associated members.

This tender and all subsequent documentation will be managed online, where documents can be made available instantaneously via the secure SBC tendering portal. In the first instance please visit https://in-tendhost.co.uk/schoolsbuyingclub

This is a competitive procurement conducted in accordance with the Restricted Procedure under the Consolidated Public Procurement Directive 2004/18/EC, as implemented in the UK by the Public Contracts Regulations 2006, as amended from time to time.
2)Common procurement vocabulary (CPV)

30121100, 50313200, 79521000

3)Quantity or scope
Harlow Education Consortium intends to tender for the provision of managed print services for itself and school consortium members. The lead contracting authority for this procurement is Harlow Education Consortium purchasing for an on behalf of associated members.

This tender and all subsequent documentation will be managed online, where documents can be made available instantaneously via the secure SBC tendering portal. In the first instance please visit https://in-tendhost.co.uk/schoolsbuyingclub

This is a competitive procurement conducted in accordance with the Restricted Procedure under the Consolidated Public Procurement Directive 2004/18/EC, as implemented in the UK by the Public Contracts Regulations 2006, as amended from time to time.
Harlow Education Consortium wishes to award a single supplier, single lot framework agreement for the provision of managed print services for itself and member school organisations. The framework duration will be for four years and include the following services
The Supply, delivery and installation of all specifications of multifunctional devices including desktop networked printing equipment.
On-going preventative and re-active maintenance to support the provision
The supply of toner to support the units purchased
The supply and maintenance of further technology to support greater efficiency generation
The disposal of legacy equipment
As above the framework will include one lot and its envisaged that the lot will include one supplier.
Estimated value excluding VAT:
Range: between 1 000 000,00 and 3 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
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:
As detailed within the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed 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:
As detailed within the tender documentation.
III.1.4)Other particular conditions
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: As detailed within the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed within the tender documentation.
Minimum level(s) of standards possibly required: As detailed within the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed within the tender documentation.
Minimum level(s) of standards possibly required:
As detailed 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
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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 5
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:
SBC/10120.
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: 5.5.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
5.5.2013
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 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
This is a recurrent procurement: no
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
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:
4.4.2013

Other interesting websites