Stoke-on-Trent City Council: Framework Agreement for the Production and Distribution of the Publication 'City News'

  Stoke-on-Trent City Council has published this notice through Delta eSourcing

Notice Summary
Title: Framework Agreement for the Production and Distribution of the Publication 'City News'
Notice type: Contract Notice
Authority: Stoke-on-Trent City Council
Nature of contract: Services
Procedure: Open
Short Description: Tenders are invited for the Framework Agreement for the production and distribution of Stoke-on-Trent City Council's publication 'City News' in accordance with the specification. The framework agreement will run for a period of two years with the option to extend for a further one year.
Published: 22/03/2016 17:00

View Full Notice

UK-Stoke-on-Trent: Printing and distribution services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Stoke-on-Trent City Council
      Corporate Procurement, Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
      Tel. +44 1782232841, Email: darren.pearce@stoke.gov.uk, URL: www.stoke.gov.uk
      Attn: Darren Pearce
      Electronic Access URL: https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities
      Electronic Submission URL: https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   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: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Framework Agreement for the Production and Distribution of the Publication 'City News'
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 15

         Region Codes: UKG23 - Stoke-on-Trent         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      

            Framework agreement with a single operator
         Duration of the framework agreement:
            Duration in year(s): 3             
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 400,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Printing and distribution services. Tenders are invited for the Framework Agreement for the production and distribution of Stoke-on-Trent City Council's publication 'City News' in accordance with the specification. The framework agreement will run for a period of two years with the option to extend for a further one year.
         
      II.1.6)Common Procurement Vocabulary:
         79824000 - Printing and distribution services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   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:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         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 these 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 capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Minimum Level(s) of standards possibly required:
         See invitation to tender documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Minimum Level(s) of standards possibly required:
         See invitation to tender documents.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   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: CE/2016/11      
      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
         Date: 26/04/2016
         Time: 12:00      
      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
         Duration in month(s): 6
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   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.

This tender is being conducted electronically (free of charge) on the BravoSolution e-tendering system and you will have to register with Bravo to access the information. You will find the tender under the heading: ITT Title: Framework Agreement for the Production and Distribution of the Publication 'City News', Bravo Project Code: project_18977, Bravo ITT Code: itt_30167. The web address for Bravo Solution is https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities and you will have to register and follow the instructions below:
1. Browse to the IEWM eSourcing Portal: https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities
2. Click the “Click here to register” link.
3. Accept the terms and conditions and click “continue”.
4. Enter your correct business and user details.
5. Note the username you chose and click “Save” when complete.
6. You will receive an email with your unique password (keep this secure).
7. Login to the portal with the username/password.
8. Click the “Open Access Tender” link. (These are Tenders open to any registered supplier).
9. Click on the relevant Tender to access the content.
10. Click the “Express Interest” button in the “Actions” box on the left-hand side of the page. This will move the Tender over to the “My
Tenders” page. (This is a secure area reserved for your projects only).
11. Click on the Tender code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
on the left-hand side of the page.
12. You can now choose to “Reply” or “Reject”.
13. Note the deadline for completion, then follow the onscreen instructions to complete the Tender.

If you require any further assistance then please contact the BravoSolution help desk on 0800 368 4850 or email help@bravosolution.co.uk. The help desk is available Monday to Friday from 8am – 6pm.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=196072641
GO-2016322-PRO-7957731 TKR-2016322-PRO-7957730
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Stoke-on-Trent City Council
      Corporate Procurement, Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom

      Body responsible for mediation procedures:
               as above

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Stoke-on-Trent City Council
      Corporate Procurement, Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
      Tel. +44 1782232841

   VI.5) Date Of Dispatch Of This Notice: 22/03/2016

ANNEX A

View any Notice Addenda

View Award Notice

UK-Stoke-on-Trent: Printing and distribution services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Stoke-on-Trent City Council
       Corporate Procurement, Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
       Tel. +44 1782232841, Email: darren.pearce@stoke.gov.uk
       Contact: Darren Pearce
       Main Address: www.stoke.gov.uk
       NUTS Code: UKG23

   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.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Framework Agreement for the Production and Distribution of the Publication 'City News'            
      Reference number: CE/2016/11

      II.1.2) Main CPV code:
         79824000 - Printing and distribution services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Framework Agreement for the production and distribution of Stoke-on-Trent City Council's publication 'City News'.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 33,415
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79824000 - Printing and distribution services.


      II.2.3) Place of performance
      Nuts code:
      UKG23 - Stoke-on-Trent
   
      Main site or place of performance:
      Stoke-on-Trent
             

      II.2.4) Description of the procurement: Framework Agreement for the Production and Distribution of the Publication 'City News'

      II.2.5) Award criteria:
      Quality criterion - Name: Approach and Methodology / Weighting: 500
      Quality criterion - Name: Proposed Project Team / Weighting: 200
      Quality criterion - Name: Price / Weighting: 300
                  
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2016/S 61-104616
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: Yes

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2016

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Smith Davis Press
             Queen's Chambers, 8 Westport Road, Burslem, Stoke-on-Trent, ST6 4AW, United Kingdom
             NUTS Code: UKG23
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 33,415
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=208942890

   VI.4) Procedures for review

      VI.4.1) Review body
          Stoke-on-Trent City Council
          Corporate Procurement, Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          as above
          Stoke-on-Trent, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Stoke-on-Trent City Council
          Corporate Procurement, Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
          Tel. +44 1782232841

   VI.5) Date of dispatch of this notice: 04/07/2016