Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Gateshead College
Quarryfield Road, Baltic Business Quarter
Gateshead
NE8 3BE
UK
Telephone: +44 7435680091
E-mail: jack.buckley@tenetservices.com
NUTS: UK
Internet address(es)
Main address: http://www.gateshead.ac.uk/
Address of the buyer profile: http://www.gateshead.ac.uk/
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:
Gateshead College
Quarryfield Road, Baltic Business Quarter
Gateshead
NE8 3BE
UK
Telephone: +44 7435680091
E-mail: jack.buckley@tenetservices.com
NUTS: UK
Internet address(es)
Main address: http://www.gateshead.ac.uk/
Address of the buyer profile: http://www.gateshead.ac.uk/
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
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Gateshead College – Provision of Multi-function Print Devices with an Onsite Managed Print Service (Print Room)
Reference number: CA10268 -
II.1.2) Main CPV code
30100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The College require proposals for the delivery, installation, configuration and maintenance of devices and print management software as detailed. The successful company will also need to supply all the appropriate licences for the proposed devices.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKC22
Main site or place of performance:
Gateshead
II.2.4) Description of the procurement
The College require proposals for the delivery, installation, configuration and maintenance of devices and print management software as detailed. The successful company will also need to supply all the appropriate licences for the proposed devices.
The College’s main requirement is to ensure a cost effective and reliable pull printing service that utilises print management software. Currently the College uses an old level P Counter Service. The College has no preference of software provider. Proposals should allow for unlimited software upgrades (as they become available) throughout the term of the contract.
An onsite managed print service is also required as part of this contract.
The service also includes the provision of all forms of paper required to support the print operation as well as any other College print and paper requirements (this includes coloured paper and card etc.) Whilst the Central print machines only provide a service up to A 3 size, there is a need at times
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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:
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x24 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards required:
Minimum Insurance Levels: £10m PL & EL
III.1.3) Technical and professional ability
List and brief description of selection criteria:
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards required:
Please see minimum levels as stated within the Procurement Documentation.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/05/2022
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:
03/05/2022
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 invoicing will be accepted
VI.3) Additional information
Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) – any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
VI.4) Procedures for review
VI.4.1) Review body
Tenet Education Services
Procurement House, 23 Leslie Hough Way
Salford
M6 4AJ
UK
VI.4.2) Body responsible for mediation procedures
Tenet Education Services
Procurement House, 23 Leslie Hough Way
Salford
M6 4AJ
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).
VI.4.4) Service from which information about the review procedure may be obtained
Tenet Education Services
Procurement House, 23 Leslie Hough Way
Salford
M6 4AJ
UK
VI.5) Date of dispatch of this notice
31/03/2022