{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-5f162a89-5553-4dbf-ae11-fa17b7b542ac-2018-04-13T14:53:03+01:00",
    "date": "2018-04-13T14:53:03+01:00",
    "ocid": "ocds-b5fd17-5f162a89-5553-4dbf-ae11-fa17b7b542ac",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "KENTPS001-DN332737-00390541",
        "title": "Supply of Envelopes, Labels and Repositionable Notes - Y18021",
        "description": "The Agreement is for the supply and delivery of Envelopes, Labels and Repositionable Notes. This Agreement is divided into three LOTS LOT 1 - Envelopes There are two product categories. Category one includes: * Padded * Manila * White * Manila Board Backed * Extrastrong Polythene Category two includes: * Directs *please note these are potentially for single box direct delivery LOT 2 - Labels There are two product categories. Category one includes: * Labels - boxed, self adhesive, white, opaque, premium branded, laser printer compatible, jam free guaranteed, FSC certified paper * Labels - boxed, self adhesive, white, premium branded, inkjet printer compatible, guaranteed instant ink drying. A mix of primary brand -known market leading brands/quality and secondary brand - lesser known brands or supplier own label will be selected) Category two includes: * Labels - boxed, removeable, self adhesive, white, multipurpose * Labels - boxed, self adhesive, white, filing * Labels - poly packet, self adhesive, coloured LOT 3 - Repositionable notes There are two product categories. Category one includes: * Removeable self stick notes, PEFC certified paper fibre A mix of primary brand -known market leading brands/quality and secondary brand - lesser known brands or supplier own label will be selected) Category two includes: * Removeable self stick index tabs Suppliers must be able to provide at least 80% of any submitted category to be considered as a supplier thereof. Additional information: Scope of Agreement This Framework Agreement governs the relationship between the Contracting Authority and the Supplier in respect of the provision of the Services by the Supplier to the Contracting Authority. The Contracting Authority may decide at its sole discretion to award the Agreement to more than one Supplier. Products are divided into clearly defined groupings/categories and as such the Authority may decide to award as single lot, groups within lots dependant on delivery of best value. Tenderers must be able to supply a minimum of 80% of the given Lot or category. This will be identified in the individual Lot requirements. The Authority may also decide not to award a grouping/category or the Agreement at all. Tenderers may submit for one or more Lots, it should be noted that the number of Suppliers awarded will be sufficient to ensure full product coverage. Following notification of award to the Agreement the Contracting Authority will contact successful tenderers to agree the product items/ranges that shall be promoted in the Contract Authority's web and paper catalogues. Selection of products will be made based on a number of factors, including but not limited to; customer demand/requirement/expectation, quality, brand, range, service and price. The decision of the Contracting Authority on product selection is final. For the avoidance of doubt being the highest scoring awarded tenderer is no guarantee of business. The Agreement will offer a readily accessible means of selecting and appointing a Supplier(s) and will reduce the cost and complexity of the procurement process. Depending upon the number and nature of offers received for the Agreement, it is envisaged that a number of Suppliers will be included in the Agreement to provide geographical coverage and offer customers a choice. This opportunity will be completed via ProContract, a site run by Proactis, the electronic tendering suite of the Kent Business Portal. If you have difficulty in locating this opportunity following download please go to https://procontract.due-north.com/Login and login using your supplied username and appropriate password. Successful tenderers must ensure that they maintain their registration to the Portal at all times to ensure that they receive any subsequent mini competition requests. If, at any time, you experience difficulty accessing ProContract please visit the help centre https://supplierhelp.due-north.com/ or alternatively contact ProContract on E-Mail: ProContractSuppliers@proactis.com or submit a ticket via the supplier Support Help Desk http://proactis.kayako.com/default Tenderers should note the following when uploading documents to the ProContract portal prior to submission: A 10 MB file will take approximately 5 minutes on average to upload on a standard Broadband connection (256 Kbps upload speed). Please take this into consideration when uploading larger files and ensure that you leave sufficient time to complete your submission. Instructions on how to submit your response can be found within the 'Help' facility in ProContract. These instructions should be consulted in order to ensure that your response is submitted correctly. The ProContract System maintains a strict audit trail part of which gives detail as to the exact time that a response was uploaded. This audit trail will be used to determine if a tender or mini-competition response is late.",
        "datePublished": "2018-04-04T16:16:41+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "30192700",
            "description": "Stationery"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 4000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2018-05-09T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-06-11T00:00:00+01:00",
            "endDate": "2022-06-10T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/0561a891-0b02-439e-b6d0-614637371503",
                "datePublished": "2018-04-13T14:53:03+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-83587",
            "name": "Kent County Council t/a KCS",
            "identifier": {
                "legalName": "Kent County Council t/a KCS"
            },
            "address": {
                "streetAddress": "Commercial Services, 1 Abbey Wood Road, Kings Hill",
                "locality": "West Malling",
                "postalCode": "ME19 4YT",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "psg@commercialservices.org.uk",
                "telephone": "+44 1622236767"
            },
            "details": {
                "url": "http://www.kcs4education.co.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-83587",
        "name": "Kent County Council t/a KCS"
    }
}