By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

CE3878 Print and Design Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

London Borough of Tower Hamlets
Mulberry Place, 5 Clove Crescent
For the attention of: Julie Harmer
E14 2BG London
UNITED KINGDOM
Telephone: +44 2073644044
E-mail:

Internet address(es):

General address of the contracting authority: http://www.towerhamlets.gov.uk/

Electronic access to information: https://www.londontenders.org/procontract/supplier.nsf

Electronic submission of tenders and requests to participate: https://www.londontenders.org/procontract/supplier.nsf

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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

London Borough of Newham
Newham Dockside, 1000 Dockside Road
E16 2QU London
UNITED KINGDOM

London Borough of Havering
Town Hall, Main Road
Romford
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
CE3878 Print and Design Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 15: Publishing and printing services on a fee or contract basis

NUTS code UKI12

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 agreement
Framework agreement with several operators

Duration of the framework agreement

Duration in months: 36
II.1.5)Short description of the contract or purchase(s)
Printed matter and related products. Printed matter and related products. The London Borough of Tower Hamlets (the 'Council') is seeking to establish a print and design procurement framework ('Framework') for the supply of a wide range of printing and reprographic services to the Council and the specified London Councils, and occasionally some creative design services as commensurate to the Council's or the London Council's requirements.
London Borough of Newham and London Borough of Havering have expressed an interest in accessing services through this framework.
Tenderers should note that there is no guarantee that any of the other named London Councils will use the framework and that no Council shall commit to any minimum expenditure under the Framework; it is the decision of each London Council whether they wish to enter into a contract and if so, for how long. Information about specific systems and processes used during the print buying process will also vary between London councils.
The framework agreement will enable the Council to procure printing (and occasionally design) using this Framework, where each request shall be subject to a mini-competition, obtaining quotes using the relevant London Council's preferred ordering system.
For London Borough of Tower Hamlets, print procurement, including pricing and the placement of orders, will be managed via a web-based project management system, designed to reduce waste and to produce best value and best quality printing services for the Council's print users.
Examples of the type of work to be commissioned through the Framework include (but is not limited to) leaflets, posters, folders, booklets, brochures, banners, cards, business stationery, display graphics and stands, secure printing products and controlled stationery, all of varying formats, shapes, sizes and finishes. This list is not exhaustive and the Framework is designed for suppliers to be able to supply any type of print and print-related service to the Council. For more information about the types of print services please see Annex B.
The Council envisages a minimum of 3 and maximum of 20 operators supplying services per lot, with the exception of the 'pre-press (including design)' lot where the Council envisages a maximum of 30 suppliers.
II.1.6)Common procurement vocabulary (CPV)

22000000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated total annual expenditure on the framework is between GBP 1m to GBP 5mper annum.
The Framework is for the supply of print services of varying specifications as shall be required by the Council and other local authorities, and occasionally design services commensurate to the requirements of the Council and other local authorities (without any minimum commitment on the part of the Council).
Examples of the type of work to be commissioned through the Framework include (but is not limited to) leaflets, posters, folders, booklets, brochures, banners, cards, business stationery, display graphics and stands, secure printing products and controlled stationery, all of varying formats, shapes, sizes and finishes. This list is not exhaustive and the Framework is designed for suppliers to be able to supply any type of print and print-related service to the Council and other framework partners.
It is intended that the Framework shall cover the full range of all possible print requirements from the Council that it may wish to commission to external suppliers. This includes digital; mailing and fulfilment; large format/outdoor advertising; lithographic; NCR; offset; pre-press (including design); general printed stationery; secure printing; controlled stationery and associated products; large format display stands and promotional merchandise.
Please refer to Annex B for a description of the lots. These lot descriptions are generic, indicative descriptions based on different print requirements. These descriptions are not exhaustive. suppliers may be requested to provide or provide specialist print services or technologies in order to best meet the requirements of a particular job.
For the avoidance of doubt the scope of this Framework does not include provision of any minimum level of purchase or any obligation to enter into a call off contract or place any order with any supplier appointed to this Framework. The Framework shall, however specifically not include the following (not an exhaustive list):
- The printing and distribution of the Council's borough-wide publication, East End Life, which is serviced through its own separate print contract
- Photocopying
- Supply of desk-top or office-based print/photocopy machines
- Replacement of the Council's in-house design and reprographics departments. However, work can be commissioned to suppliers where these departments have reached maximum capacity, or where they do not have the capability for fulfilling a particular type of job
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Digital
1)Short description
Requirement Examples (not exhaustive): A range of brochures, posters, folders, cards, leaflets, questionnaires and other council literature in various sizes and formats; direct marketing materials and any other print requirements that can be fulfilled through digital printing
2)Common procurement vocabulary (CPV)

79811000

3)Quantity or scope
Estimated value range excluding VAT between GBP 123 900 and GBP 371 800
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Mailing and fulfilment
1)Short description
Requirement Examples (not exhaustive): Mailing services or door-to-door distribution for direct marketing materials (e.g. brochures, publications or accompanying letters to select resident addresses); or preparing mail for delivery by Royal Mail and other delivery providers
2)Common procurement vocabulary (CPV)

79571000, 79824000, 30199710

3)Quantity or scope
Estimated value range excluding VAT between GBP 440 000 and GBP 1 312 100
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Large Format, including print for outdoor advertising
1)Short description
Requirement Examples (not exhaustive):
- Large format posters (e.g. 4 colour process print on 120gsm matt poster paper, with/without seal)
- External banners (e.g. 4 colour process, hem, eyelets, rolled and bagged on bannergrade PVC)
- Internal signage (e.g. 3mm to 5mm foamex, printed direct to foamex or on 120u self-adhesive matt paper mounted onto foamex with seal)
- External signage (e.g. 3 to 5mm foamex, printed on self-adhesive gloss vinyl; or waterproof UV inks direct onto 3mm foamex)
- External lightweight signage (e.g. white gloss self-adhesive vinyl, printed 4 colour process and mounted onto 4mm fluted white correx; or printed using waterproof UV inks direct onto 4mm fluted white correx).
2)Common procurement vocabulary (CPV)

22462000, 79340000, 79341400

3)Quantity or scope
Estimated value range excluding VAT between GBP 6 200 and GBP 18 700
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Lithographic
1)Short description
Requirement Examples (not exhaustive): A range of brochures, posters, folders, cards, leaflets, questionnaires and other council literature in various sizes and formats; direct marketing materials and any other print requirements that can be fulfilled through lithographic printing
2)Common procurement vocabulary (CPV)

79822400, 79800000

3)Quantity or scope
Estimated value range excluding VAT between GBP 446 300 and GBP 1 334 000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: NCR (no-carbon-required) printing
1)Short description
Requirement Examples (not exhaustive): NCR (no-carbon-required) pads and forms
2)Common procurement vocabulary (CPV)

22816000, 22820000, 22821000, 22822000, 22822100, 22822200, 30199340, 30199100, 30199110

3)Quantity or scope
Estimated value range excluding VAT between GBP 4 100 and GBP 12 300
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Offset
1)Short description
Requirement Examples (not exhaustive): Magazines, brochures, supplements and other print requirements that can be fulfilled through offset printing
2)Common procurement vocabulary (CPV)

79800000, 22213000, 22100000, 22150000

3)Quantity or scope
Estimated value range excluding VAT between GBP 119 800 and GBP 359 500
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Pre-press (including design)
1)Short description
Requirement Examples (not exhaustive): Design for adverts; booklets/brochures; document covers/style guides; diagrams/charts/graphs; direct marketing (leaflets and flyers); event/exhibition work (posters, pop-up displays, wing banners); Folders/conference packs/binders; newsletters; photography/sourcing images; promotional items; stationery; iIllustrations; logo and branding
2)Common procurement vocabulary (CPV)

22462000, 22150000, 22852100, 22312000, 79340000, 79342000, 79342100, 79952000, 79956000, 22852000, 22800000, 22851000, 79961100, 39294100, 79342200, 30192700

3)Quantity or scope
Estimated value range excluding VAT between GBP 110 000 and GBP 330 000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: General stationery printing (e.g. business cards, compliment slips)
1)Short description
Requirement Examples (not exhaustive): Cards, compliment slips and other day-to-day printed stationery items
2)Common procurement vocabulary (CPV)

30199730, 30199731, 30199740, 30199700

3)Quantity or scope
Estimated value range excluding VAT between GBP 15 000 and GBP 46 500
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Secure Printing
1)Short description
Requirement Examples (not exhaustive): specialist printing e.g. poll cards, ballot papers, postal vote forms and other print items with a security requirement
2)Common procurement vocabulary (CPV)

30199100, 30199110, 22821000

3)Quantity or scope
Estimated value range excluding VAT between GBP 215 000 and GBP 645 000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: Controlled Stationery and Associated Products
1)Short description
Examples (not exhaustive): Specialist printing e.g. resident and visitor parking scratchcards, parking permits, parking control pocket books, Penalty Charge Notice (PCN) rolls and PCN bags (with clear polythene front)
2)Common procurement vocabulary (CPV)

22456000, 30192700, 30199000, 30199700, 18937100

3)Quantity or scope
Estimated value range excluding VAT between GBP 70 400 and GBP 211 200
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 11 Lot title: Large format display stands
1)Short description
Requirement Examples (not exhaustive): Pop-up display stands (e.g. printed 4 colour process onto 300 micro opaljet with crystal seal, affix hanging kits and magnetic tape); Roller banner stands or standard non-retractable banner stands (e.g. printed onto 125 micron opaljet with crystal steal)
2)Common procurement vocabulary (CPV)

30231300, 39154100

3)Quantity or scope
Estimated value range excluding VAT between GBP 6 300 and GBP 19 000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 12 Lot title: Promotional branded items
1)Short description
Requirement Examples (not exhaustive): Pens, mugs, jute shopping bags, USB sticks, T-shirts and other promotional merchandise items.
2)Common procurement vocabulary (CPV)

39294100

3)Quantity or scope
Estimated value range excluding VAT between GBP 99 100 and GBP 297 500
Estimated value excluding VAT:
Range: between 99 100 and 297 500 GBP
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:
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: To be contained in the Invitation to Tender
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
This will be available in the PQQ
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 service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: A maximum of the highest scoring 20 bidders per lot will be invited to the next procurement stage, with the exception of Lot 7 - "pre-press (including design)” where a maximum of the highest scoring 30 bidders will be invited to the next procurement stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CE3878 Print and Design Framework
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.10.2013 - 12:00
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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
The selection process for proceeding to the next procurement stage will be assessed by on the PQQ evaluation.

Organisations wishing to express their interest are requested to register on the London Tenders Portal via the link https://www.londontenders.org/procontract/supplier.nsf, where the Pre-Qualification Questionnaire (PQQ) documentation will be available for download. Please allow sufficient time to register (at least 1 working day).

LBTH uses the e-tendering system, the London Tenders Portal, which is free of charge to suppliers and providers. https://www.londontenders.org/procontract/supplier.nsf

LBTH accepts no liability for expressions of interest that are not received due to internet connectivity issues, transmission delays or errors.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=73642441

Supplier briefing
A supplier briefing is to be held on 14 October at 2-4pm at Tower Hamlets Town Hall, Mulberry Place, 5 Clove Crescent, London E14 2BG.
Any potential bidders interested in attending will be required to confirm their attendance via the portal including name, organisation and position within the bidder's respective organisation. Spaces are limited so only one delegate per organisation may register to attend.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=73642441

GO Reference: GO-2013927-PRO-5157773
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:
27.9.2013