Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Derbyshire County Council
County Hall, Smedley Street
Contact point(s): Corporate Procurement
For the attention of: David Clegg
DE4 3AG Matlock
UNITED KINGDOM
Telephone: +44 1629536257
E-mail:
Internet address(es):
General address of the contracting authority: www.derbyshire.gov.uk
Address of the buyer profile: www.sourcederbyshire.co.uk
Electronic access to information: www.eastmidstenders.org
Electronic submission of tenders and requests to participate: www.eastmidstenders.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
High Peak Borough Council
Buxton Town Hall
SK17 6EL Buxton
UNITED KINGDOM
Derbyshire Fire & Rescue Service
The Old Hall, Burton Road, Littleover
Derby
UNITED KINGDOM
Staffordshire Moorlands District Council
Moorlands House, Stockwell Street
ST13 6HQ Leek
UNITED KINGDOM
Derbyshire Dales District Council
Town Hall, Bank Rd
DE4 3NN Matlock
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
CTP744 Print Services Framework.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKF1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Derbyshire County Council is currently seeking to implement a framework of suppliers to provide for commercial printing requirements. Organisations are sought to supply various high quality printing solutions using cost-effective production processes and technology for delivery to addresses across Derbyshire excluding the city of Derby. Examples of requirements could include: flyers, magazines, forms, leaflets, bespoke business requirements. It is envisaged that spend during the 4 year period of this framework will be approximately 550 000 GBP per annum. Once this framework is established, requirements will be awarded via ‘mini-competition’ amongst the organisations on the framework.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Derbyshire County Council is currently seeking to implement a framework of suppliers to provide for commercial printing requirements. Organisations are sought to supply various high quality printing solutions using cost-effective production processes and technology for delivery to addresses across Derbyshire excluding the city of Derby. Examples of requirements could include: flyers, magazines, forms, leaflets, bespoke business requirements. It is envisaged that spend during the 4 year period of this framework will be approximately 550 000 GBP per annum. Once this framework is established, requirements will be awarded via ‘mini-competition’ amongst the organisations on the framework.
Estimated value excluding VAT: 2 200 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Digital Print1)Short description
High speed digital print:
Colour / Black and White;
Various sizes (A4, A3, A2, A1, A0) up to quantity 500 plus run-on;
Wide format printing;
Posters, newsletters, certificates, etc.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Operational Print Services1)Short description
Colour / Black and White;
Various sizes (A5, A4, A3) from quantity 500 to 20 000 plus run-on;
Leaflets, letterhead, brochures, envelopes, compliments slips, etc.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Web print - High volume Print Services (Magazine Printing)1)Short description
Various signature sizes from 4, 8, 16 and 32 page sections printed both web and sheet-fed.
From quantity 20 000+;
Magazines, newsletters, etc.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed within tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed within tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed within tender documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed within tender documentation.
Minimum level(s) of standards possibly required: As detailed within tender documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed within tender documentation.
Minimum level(s) of standards possibly required:
As detailed within tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Technical assessment / quality. Weighting 60
2. Price. Weighting 40
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CTP744
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 31.5.2016 - 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate1.6.2016 - 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 1.6.2016 - 11:00
Place:
County Hall, Matlock.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Corporate Procurement Officers.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresDerbyshire County Council
County Hall, Smedley Street
DE4 3FW Matlock
UNITED KINGDOM
E-mail:
Telephone: +44 1629536870
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Derbyshire County Council will incorporate a minimum 10 calendar days (or 15 if non-electronic or fax methods used) standstill period at the point information on the award of the contract is communicated to the relevant economic operators. Debriefing by the Council shall be in accordance with the Public Contracts Regulation 2015 (as amended) (the Regulations). Such information should be requested from the addressee in Section 1.1) If an appeal regarding the award of the contract has not been successfully resolved the Regulations provide for the aggrieved parties who are of the opinion that they have been harmed or are at risk of harm by a breach of the Regulations, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought as soon as possible.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:28.4.2016