Framework Agreement for the provision of General Office Supplies

A Tender Notice
by SCOTTISH GOVERNMENT

Source
Find a Tender
Type
Framework (Goods)
Duration
4 year
Value
£0-£60M
Sector
FACILITY
Published
13 Dec 2022
Delivery
To 10 Jan 2027 (est.)
Deadline
31 Jan 2023 12:00

Concepts

Location

Scotland:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

This Framework Agreement is for the provision of General Office Supplies, including Stationery, Office Paper, Electronic Office Supplies (EOS), Catering Goods and Consumables, Janitorial and Hygiene products to the Scottish public sector. The framework agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, , bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.

Total Quantity or Scope

The Scottish Procurement & Property Directorate (SPPD) is the organisation tasked with procuring requirements on behalf of Scottish public sector bodies. The Framework will cover the provision of General Office Supplies including stationery, office paper, EOS, janitorial supplies, sanitary products and catering supplies. The purpose of this agreement is to provide the Scottish public sector with a supply base with broad service coverage and the capacity, knowledge and experience to deliver a high-quality service.

Renewal Options

The Framework will be placed for a 4 year period and may be subject to renewal at the end of the 4 year period.

Award Criteria

Quality 50
price 50

CPV Codes

  • 30192000 - Office supplies
  • 30125100 - Toner cartridges
  • 39222000 - Catering supplies
  • 39830000 - Cleaning products
  • 33771100 - Sanitary towels or tampons
  • 30192113 - Ink cartridges

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.

Other Information

In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations. Information about agencies of the Scottish Ministers, Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies Overview of the governance structure of public procurement for Scotland, including the Public Procurement Group. https://www.gov.scot/publications/public-procurement-governance/ ** PREVIEW NOTICE, please check Find a Tender for full details. ** All Tenderers are required to complete the Single Procurement Document (SPD), which incorporates the Selection Criteria questions for this Tender competition and is in the Qualification Envelope within the PCS-T system Some questions will be subject to exclusion, in accordance with Regulation 58 (1) of the Public Contracts (Scotland) Regulations 2015. Tenderers are asked to self-declare that they: do not fall within a ground for exclusion; meet the relevant selection criteria. If it emerges that a Tenderer is in one of the situations which is a mandatory ground for exclusion or does not meet one of the minimum selection criteria, then that Tenderer will be excluded from the competition. If it emerges that a business is in one of the situations which is a discretionary ground for exclusion, then the decision about whether to exclude that Tenderer will be at the Authority’s discretion. Question 4.C.4 of the SPD requests that Tenderers state whether they intend, or do not intend, to use a supply chain to deliver the requirements detailed in the ITT. If Tenderers intend to use a supply chain to deliver the requirements, they should provide evidence in the SPD that they have the relevant supply chain management and tracking systems in place to ensure a resilient and sustainable supply chain. This will include confirmation that the Tenderer has the systems in place to pay subcontractors through the supply chain promptly and effectively, including evidence of: a) their standard payment terms b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm and evidence (b) they must provide an improvement plan, signed by their Director, which commits to improvements in the payment performance. Acceptable evidence includes but is not limited to: - Extract of the Tenderer’s terms & conditions detailing standard payment terms; - A summarised accounts payable report showing payment on time performance; - Payment Performance Statement Signed by External Auditor; - Credit Score/ Credit Report; or - An improvement plan, signed by a Director, which commits to improvements in payment performance. Improvement plan template and further evidence examples are held within the Supplier Journey. Where a Tenderer does not intend to use a supply chain to deliver the requirements detailed in the ITT, they should clearly state this in response to Question 4.C.4. Responses to Question 4.C.4 will be evaluated as a “Pass” or “Fail”. Tenderers who do not achieve a “Pass” for this question will not be considered further. Some questions ask for documents to be included in response, please ensure that you upload all relevant documents. Tenderers must confirm that they will pay all staff that are involved in the delivery of services under the framework agreement, and/or any subsequent call off contract, at least the real Living Wage. Tenderers who fail to answer “Yes” to this question will not have their tender considered further. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22914. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: The Contractor will be required, where practical, to: - Consider relevant opportunities for community benefits; - Consider opportunities for the involvement of SMEs and/or third sector organisations in supporting the delivery of this Framework; - Provide assurance regarding fair work first matters. (SC Ref:714652)

Reference

Domains