Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Corporation of Newcastle College
Rye Hill House, Rye Hill Campus, Scotswood Road
For the attention of: Jeff Wilson
NE4 7SA Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912004869
E-mail:
Fax: +44 1912724317
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/ncg/
Address of the buyer profile: https://in-tendhost.co.uk/ncg/
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 authority
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Lithographic Print Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 15: Publishing and printing services on a fee or contract basis
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
Number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 400 000,00 GBP
II.1.5)Short description of the contract or purchase(s)NCG wishes to set up a framework of four suppliers to undertake Lithographic Print services. These services are managed by the Design Team and the Marketing functions within each division.
NCG requires the provision of a customer focussed service to provide:
- Prospectuses;
- Brochures;
- Flyers;
- Stationery;
- Postcards; and
- Direct Mail.
The framework will be for an initial period of two years from 1.6.2013 to 31.5.2015. There will then be an optional extension for 1 year. The maximum length of the framework will be 3 years if the optional extension is taken.
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): no
II.1.8)LotsThis contract is divided into lots: no
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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 1.6.2013. Completion 31.5.2015
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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 conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 4
Objective criteria for choosing the limited number of candidates: Section A:
- Organisation Profile
Section B:
- Grounds for Exclusion
Section C:
- Insurance
Section D:
- Financial Information
Section E:
- Environment and Sustainability
Section F:
- Equal Opportunities
Section G:
- Contract Capability
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:NCG130102T
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate9.4.2013
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates15.4.2013
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 tender
IV.3.8)Conditions for opening of tendersDate: 6.5.2013
Section VI: Complementary information
VI.1)Information about recurrence
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 procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:26.3.2013