UK-Coventry: Reprographic supplies.

UK-Coventry: Reprographic supplies.
Section I: Contracting Authority
I.1) Name and addresses
Holy Cross Catholic Multi Academy Company
Heathcote Street, Coventry, CV6 3BL, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.hcmac.co.uk/
NUTS Code: UKG33
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/tenders/UK-UK-Coventry:-Reprographic-supplies./CJ244TKMFM
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Holy Cross MAC ~ Multi-functional and Reprographic Devices and Associated Print Services Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
30192400 - Reprographic supplies.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The successful Supplier will be required to provide multi-functional and reprographic devices and associated print services for Holy Cross MAC at the following schools:
Cardinal Newman Catholic School
Bishop Ullathorne Catholic School
St Thomas More Catholic Primary School
Christ the King Catholic Primary School
St Augustine's Catholic Primary Schoo
St John Vianney Catholic Primary School
St Elizabeth's Catholic Primary School
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
30121200 - Photocopying equipment.
50313000 - Maintenance and repair of reprographic machinery.
30125000 - Parts and accessories of photocopying apparatus.

II.2.3) Place of performance:
UKG33 Coventry

II.2.4) Description of procurement: The successful Supplier will be required to provide, maintain and manage the multi-functional and reprographic devices and associated print services for all Schools within the Holy Cross MAC, Coventry.
Holy Cross MAC will require PaperCut MF Print Management Software and the software would need to be embedded into all devices, in order that staff could collect their printing from any machine within each school, via an RFID, pin code or USB biometric reader.
Software assurance should also be included, in order that Holy Cross MAC receive server and Client updates, year round.
Devices would need to be supported for Windows 10 and above also Mac OS software and Android. An air print service such as Everyone Print or similar would also be required to support the Schools mobile devices.
The contract being tendered is for three years in duration from 1 August 2020 until 31 July 2023, with the option to extend the contract term for a further term of up to two years. The current individual school contracts which have not expired by the MAC contract commencement date will join the MAC contract on the day after the dates detailed below.
The MAC may grow in the number of schools becoming part of the MAC during this contract period. The provision of services within any further schools, when they have joined the MAC, may fall under the scope of this contract. The successful Supplier would be expected to provide the service within the additional schools, using the same costing model, ratios etc. that they applied to their successful financial submission for the MAC, at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the MAC.
Whilst the Client prioritises value for money as a key objective of the competitive tender process, the governing bodies and the Holy Cross MAC are not obliged to accept the lowest price.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2020 / End: 31/07/2025
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://litmustms.co.uk/respond/CJ244TKMFM


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/01/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/02/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Coventry:-Reprographic-supplies./CJ244TKMFM

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/CJ244TKMFM
VI.4) Procedures for review
VI.4.1) Review body:
Holy Cross Catholic Multi Academy Company
Coventry, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 24/12/2019

Annex A