Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
CBG Buying
International House, 24 Holborn Viaduct
London
EC1A 2BN
UK
Ffôn: +44 8001953010
E-bost: Steve@charitiesbuyinggroup.com
NUTS: UKI
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.charitiesbuyinggroup.com/
Cyfeiriad proffil y prynwr: http://www.charitiesbuyinggroup.com/
I.1) Enw a chyfeiriad
Public Sector
International House
London
EC1A 2BN
UK
E-bost: Steve@charitiesbuyinggroup.com
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.charitiesbuyinggroup.com/
Cyfeiriad proffil y prynwr: http://www.charitiesbuyinggroup.com/
I.1) Enw a chyfeiriad
Dukefield Procurement Limited
Parkside House 167, Chorley
Bolton
BL1 4RA
UK
Ffôn: +44 7966040564
E-bost: steve.davies@dukefieldprocurement.co.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.dukefield.co.uk/about-us/
Cyfeiriad proffil y prynwr: http://www.dukefield.co.uk/about-us/
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Multifunctional Devices and Associated Digital Solutions Framework
Cyfeirnod: CA13138 - CBG/DU/MFD/01
II.1.2) Prif god CPV
79800000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
This is a framework for the supply of multifunctional devices and associated digital solutions. It is let by the CBG Buying Community Interest Company known as Charities Buying Group and is available for use by members of the Charities Buying Group and all other organisations across the UK Public Sector.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 100 000 000.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
30191000
79811000
63120000
48311000
30197645
30231300
30125000
38651000
72512000
79810000
32320000
30121100
30197630
79520000
72212310
30192400
30192110
38651600
48000000
50313000
30232100
30232110
79410000
50340000
79571000
50313100
30232140
72212780
30192113
79521000
22100000
79821000
30121000
30232000
30200000
48300000
30232130
79820000
51000000
50313200
48517000
30236000
79570000
30121300
30131000
30000000
22900000
22800000
30123000
63121000
64110000
30121200
30231310
30130000
79999100
22200000
38520000
64100000
79995100
30197642
79823000
79824000
48782000
22000000
50310000
30120000
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
United Kingdom
II.2.4) Disgrifiad o’r caffaeliad
This framework will provide access to a comprehensive suite of multifunctional devices and associated digital solutions. It is being established to meet the needs of Charities Buying Group Members,http://www.charitiesbuyinggroup.com. It is also open for use by all contracting authorities across the UK public sector (and any future successors). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and registered Social Landlords. Full details of the classification of eligible end user organisations and geographical areas is available at
http://www.dukefieldprocurement.co.uk/fts-eligible-users
The Framework will be let across a single lot, with a maximum of 10 suppliers awarded a place on the framework.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Quality
/ Pwysoliad: 60.00%
Price
/ Pwysoliad:
40.00%
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-034183
Section V: Dyfarnu contract
Rhif Contract: CA13138
Teitl: Multifunctional Devices and Associated Digital Solutions Framework
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
19/02/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 7
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
RIGHT DIGITAL SOLUTIONS LIMITED
Milton Gate,, 60 Chiswell Street
LONDON
EC1Y 4AG
UK
Ffôn: +44 2074664700
E-bost: paul.rylands@rightdigitalsolutions.com
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: www.capita.co.uk
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
Ricoh UK Ltd
2nd Floor, 900 Pavilion Drive, Northampton Business Park
Northampton
NN4 7RG
UK
Ffôn: +44 1604814900
E-bost: bid.team@ricoh.co.uk
Ffacs: +44 2082614004
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: www.ricoh.co.uk
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
Kyocera Document Solutions
75-77 Eldon Court, London Road
Reading
RG1 5BS
UK
Ffôn: +44 1189311500
E-bost: bidteam@duk.kyocera.com
Ffacs: +44 1189230793
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: http://www.kyoceradocumentsolutions.co.uk/
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
Aurora Managed Services Ltd
LONDON
SW1E 6DR
UK
Ffôn: +44 2075033000
E-bost: service@aurora.co.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: www.aurora.co.uk
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
Altodigital Networks Ltd
Summit House, Cherry Court Way
Bedfordshire
LU7 4UH
UK
Ffôn: +44 1525218300
E-bost: enquiries@altodigital.com
Ffacs: +44 1525383130
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: www.altodigital.com
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Apogee Corporation Limited
Nimbus House, Liphook Way
Maidstone
ME16 0FZ
UK
Ffôn: +44 1622606123
E-bost: Portals@apogeecorp.com
Ffacs: +44 1522834616
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: www.apogeecorp.com
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
sharp business systems UK PLC
northern House, moor knoll lane
wakefield
wf32ee
UK
Ffôn: +44 2087342041
E-bost: bidteam.sbsuk@sharp.eu
Ffacs: +44 1924820433
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: www.sharp.co.uk
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 100 000 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
CBG Internal Reference Number is CBG/DU/MFD/01. The framework is being delivered by Charities Buying Group and its partners Dukefield Procurement Ltd and Dukefield Print Solutions Limited (who are subsidiaries of Dukefield Limited Ltd). Dukefield Procurement Ltd and Dukefield Print Solutions Limited are acting as agents of Charities Buying Group in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:
https://suppliers.multiquote.com
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Charities Buying Group expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the group's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section V.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position in question for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers on the framework beyond the stated maximum, where their final evaluation score (s) is within 0.5% of the last placed position. For the avoidance of doubt, the last placed position in respect of this framework is tenth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position, shall be deemed to occupy the last framework agreement contract award position for the framework.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Charities Buying Group
International House, 24 Holborn Viaduct
London
EC1A 2BN
UK
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Charities Buying Group
International House, 24 Holborn Viaduct
London
EC1A 2BN
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Precise information on deadline(s) for review procedures Charities Buying Group will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the
Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Charities Buying Group
International House, 24 Holborn Viaduct
London
EC1A 2BN
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
29/02/2024