Telford & Wrekin Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Printed Materials and Related Goods and Services |
Notice type: | Contract Notice |
Authority: | Telford & Wrekin Council |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | Telford & Wrekin Council is seeking to establish a Dynamic Purchasing System (“DPS) for the provision of printed products, goods and related services |
Published: | 09/11/2022 14:34 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383831, Email: jody.wilkinson@telford.gov.uk
Contact: Jody Wilkinson
Main Address: www.telford.gov.uk, Address of the buyer profile: http://telford.g2b.info/
NUTS Code: UKG21
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Printed-matter-and-related-products./6W5872656Q
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Printed Materials and Related Goods and Services
Reference Number: Not provided
II.1.2) Main CPV Code:
22000000 - Printed matter and related products.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Telford & Wrekin Council is seeking to establish a Dynamic Purchasing System (“DPS) for the provision of printed products, goods and related services
II.1.5) Estimated total value:
Value excluding VAT: 1,750,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers can bid for any number of Lots
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Traditional / Standard Print - Digital, Web and Lithographic
Lot No: The tender access code for Lot 1 is 6W5872656Q
II.2.2) Additional CPV codes:
22900000 - Miscellaneous printed matter.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: This lot comprises of all types of general, office and marketing type materials which includes but is not limited to the production of documents, posters, leaflets, forms etc.
Examples include but are not limited to:- Leaflets, Posters, NCR Pads, Pamphlets, Marketing Literature, Folders, Booklets, Forms, Magazines, Business Stationery, Brochures, Newsletters, Binders, Reports, Magazines, Letterheads, Compliment Slips, Dividers, Business Cards, Receipt Books.
The supplier may be required to offer the following range of finishing services which include but are not limited to:- Binding including perfect binding and wire and comb; Drilling; Varnishing; Creasing; Saddle Stitching; Die Cutting; Laminating, Perforation; Wire Stitching; Folding; Trimming; Numbering
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 06/11/2020 / End: 05/11/2024
This contract is subject to renewal: Yes
Description of renewals: The Authority may amend the Original DPS Term at any time by giving Approved Providers on the DPS written notice of such intention and issuing a Notice to indicate it's intentions.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: There will be no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: THE TENDER ACCESS CODE FOR LOT 1 IS 6W5872656Q
II.2) Description Lot No. 2
II.2.1) Title: Wide and Large Format
Lot No: The tender access code for Lot 2 is P7H8EAS439
II.2.2) Additional CPV codes:
22900000 - Miscellaneous printed matter.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: This lot comprises of wide and large format printing including billboard style posters, posters for outside presentation/display, banners, posters for various media (sides of building, vehicles etc.). Printing may be on a variety of substrates including but not limited to paper, board, metal, glass, canvas, fabrics, vinyl, PVC and plastic.
This lot will also include the provision of exhibition stands and service where the Supplier will provide or source banner and pop-up stands including but not limited to roller banner stands, banner stands with interchangeable cassettes and tension banner stands. The supplier must be able to provide or source a range of display stand accessories, including but not limited to cases, lights, portable furniture and literature racks.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 06/11/2020 / End: 05/11/2024
This contract is subject to renewal: Yes
Description of renewals: The Authority may amend the Original DPS Term at any time by giving Approved Providers on the DPS written notice of such intention and issuing a Notice to indicate it's intentions.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: There will be no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: THE TENDER ACCESS CODE FOR LOT 2 IS P7H8EAS439
II.2) Description Lot No. 3
II.2.1) Title: Envelopes
Lot No: The tender access code for Lot 3 is 7WTX246MF8
II.2.2) Additional CPV codes:
30199230 - Envelopes.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: This lot comprises of the production and/or supply of a full range of envelopes in all standard United Kingdom sizes available, including but not limited to: DL, C3, C4, C5 and C6, plus the facility to provide plain stocks and bespoke or overprinted envelopes in bulk quantities with stock holding and stock call off facilities.
The Supplier shall be able to supply the following non-exhaustive list of envelopes: manila, white, board backed, tear resistant, gummed, gussets, self seal, jiffy style, peal and stick, plain, windowed, wallet and/or pockets, packets, mailing and filling machine compatible envelopes and printed postage impression.
The Supplier shall be able to offer single and full colour two sided over printing facilities.
The Supplier must be capable of setting artwork to Royal Mail standards and page layout.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 06/11/2020 / End: 05/11/2024
This contract is subject to renewal: Yes
Description of renewals: The Authority may amend the Original DPS Term at any time by giving Approved Providers on the DPS written notice of such intention and issuing a Notice to indicate it's intentions.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: There will be no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: THE TENDER ACCESS CODE FOR LOT 3 IS 7WTX246MF8
II.2) Description Lot No. 4
II.2.1) Title: Promotional Items / Branded Items
Lot No: The tender access code for Lot 4 is 289N6X29G5
II.2.2) Additional CPV codes:
39294100 - Information and promotion products.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: This lot comprises of (but is not limited to) the production and/or supply of the following types of items:- Tote Bags, T-shirts, Bespoke Pens, Bespoke Pencils, Mugs, Sports Drinking Bottles, USB Sticks, Stickers.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 06/11/2020 / End: 05/11/2024
This contract is subject to renewal: Yes
Description of renewals: The Authority may amend the Original DPS Term at any time by giving Approved Providers on the DPS written notice of such intention and issuing a Notice to indicate it's intentions.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: There will be no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: THE TENDER ACCESS CODE FOR LOT 4 IS 289N6X29G5
II.2) Description Lot No. 5
II.2.1) Title: Data Processing / Security and Confidential Printing
Lot No: The tender access code for Lot 5 is T4CFT63Z8W
II.2.2) Additional CPV codes:
22458000 - Bespoke printed matter.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: This lot covers secure and confidential printing which may include the processing of personal data. Examples include but are not limited to:-
•Mail merges
•Confidential reports and contracts
•Secure cheque production and printing
Please note that dedicated contracts already exist for the production of Revenues & Benefits documentation (e.g. Council Tax Bills and Benefit Notifications), Council Invoices and Electoral Printing Services and it is not intended that work of this nature is included in this lot, although this lot may be used to provide support in the event of isolated incidents of service need where the main contracts are unable to fulfil the Council’s requirements.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 06/11/2020 / End: 05/11/2024
This contract is subject to renewal: Yes
Description of renewals: The Authority may amend the Original DPS Term at any time by giving Approved Providers on the DPS written notice of such intention and issuing a Notice to indicate it's intentions.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: There will be no limit on the number of providers that may join the DPS for each Lot. New providers can also apply to join the DPS at any point during its lifetime. However providers should note that admission onto the DPS is not a guarantee of being awarded any contracts and there is also no guarantee of volume or value of spend to be let via this DPS.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: THE TENDER ACCESS CODE FOR LOT 5 IS T4CFT63Z8W
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2020/S 220 - 541838
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/12/2022 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/12/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
The DPS is a 2-stage process:
Stage 1 - All providers who meet the selection criteria within the online Questionnaire and are not excluded will be admitted to the DPS. New providers can also apply to join the DPS at any point during its lifetime.
Stage 2 - Contracts are awarded during the second stage. A Call-Off Order Form will be issued inviting each Approved Provider on the DPS list relating to the particular Lot
The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond and if you are already registered you will not need to register again, simply use your existing username and password. There is a password reminder link on the homepage. Please note there are different Tender Access Codes for each of the 5 x Lots. Suppliers must log in and add the relevant Access Code for the Lot(s) interested in.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com.
Communication with the Contracting Authority will only be accepted via ‘email the buyer’ through the Delta Message Centre.
The Questionnaire must be completed and submitted electronically by using the tenderbox through www.delta-esourcing.com.
PLEASE NOTE ALTHOUGH AT IV.2.2) THE TIME LIMIT FOR RECEIPT OF TENDERS OR REQUESTS TO PARTICIPATE READS 05/11/2020 THAT IS JUST THE DEADLINE FOR RECEIPT OF INITIAL QUESTIONNAIRES. THE DPS IS SET UP INITIALLY FOR 2 YEARS FROM 06/11/2020 UNTIL 05/11/2022 AND PROVIDERS CAN APPLY TO JOIN THE DPS AT ANY TIME DURING ITS LIFETIME.
Call-Off from this DPS is available for any other local authority, public sector body or educational establishment within the West Midlands if required, although it should be noted that there is no obligation for any organisation referenced to use the DPS during its validity period. The DPS may also be utilised by any private sector companies, with the process being managed by Telford & Wrekin Council on their behalf.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=734405598
VI.4) Procedures for review
VI.4.1) Review body:
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383998
VI.4.2) Body responsible for mediation procedures:
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383998
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/11/2022
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383831, Email: jody.wilkinson@telford.gov.uk
Contact: Jody Wilkinson
Main Address: www.telford.gov.uk, Address of the buyer profile: http://telford.g2b.info/
NUTS Code: UKG21
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Printed Materials and Related Goods and Services Reference number: Not Provided
II.1.2) Main CPV code:
22000000 - Printed matter and related products.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short Description: Telford & Wrekin Council is seeking to establish a Dynamic Purchasing System (“DPS) for the provision of printed products, goods and related services
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 09/11/2022
VI.6) Original notice reference:
Notice Reference: 2022 - 535171
Notice number in OJ S: 2022/S 000 - 535171
Date of dispatch of the original notice: 09/11/2022
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2)
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 09/12/2022
Local Time: 17:00
Read:
Date: 05/11/2024
Local Time: 17:00
VII.2) Other additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=734709516