Essex County Council: 0426 Print Services Framework

  Essex County Council has published this notice through Delta eSourcing

Notice Summary
Title: 0426 Print Services Framework
Notice type: Contract Award Notice
Authority: Essex County Council
Nature of contract: Services
Procedure: Restricted
Short Description: Contract Award - Essex County Council and Partner organisations are looking for a single supplier to provide a range of expert and cost-effective Print, Reprographics and Scanning Services. The Authority proposes to establish a new Framework for four years (three years plus extension of up to one year). The successful Supplier must ensure that the service is available to be commissioned by August 2018.
Published: 08/08/2018 17:10

View Full Notice

UK-Chelmsford: Printing and related services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Essex County Council
       County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
       Tel. +44 3457430430, Email: melanie.bailey@essex.gov.uk
       Main Address: http://www.delta-esourcing.com
       NUTS Code: UKH3

   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: Yes

   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: 0426 Print Services Framework            
      Reference number: 0426

      II.1.2) Main CPV code:
         79800000 - Printing and related services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Contract Award - Essex County Council and Partner organisations are looking for a single supplier to provide a range of expert and cost-effective Print, Reprographics and Scanning Services. The Authority proposes to establish a new Framework for four years (three years plus extension of up to one year). The successful Supplier must ensure that the service is available to be commissioned by August 2018.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 85,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            22000000 - Printed matter and related products.
            22100000 - Printed books, brochures and leaflets.
            22300000 - Postcards, greeting cards and other printed matter.
            22450000 - Security-type printed matter.
            22458000 - Bespoke printed matter.
            22800000 - Paper or paperboard registers, account books, binders, forms and other articles of printed stationery.
            22900000 - Miscellaneous printed matter.
            30199700 - Printed stationery except forms.
            30199710 - Printed envelopes.
            79810000 - Printing services.
            79811000 - Digital printing services.
            79820000 - Services related to printing.
            79821000 - Print finishing services.
            79823000 - Printing and delivery services.
            79824000 - Printing and distribution services.
            79999100 - Scanning services.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: Print Services Framework Agreement to provide expert and cost-effective print, reprographics and scanning services to the Authority and its Partners.

      II.2.5) Award criteria:
      Quality criterion - Name: Social value, Best value, Ordering system, General requirements (all 4 are 0.5% each) / Weighting: 2
      Quality criterion - Name: Commissioning print / Weighting: 5
      Quality criterion - Name: Urgent requests / Weighting: 5
      Quality criterion - Name: Special Requirements / Weighting: 1
      Quality criterion - Name: Job Library / Weighting: 1
      Quality criterion - Name: Distribution & location / Weighting: 3
      Quality criterion - Name: Quality & Consistency / Weighting: 3
      Quality criterion - Name: Manage your suppply chain / Weighting: 1
      Quality criterion - Name: Service Meetings / Weighting: 3
      Quality criterion - Name: Users / Weighting: 1
      Quality criterion - Name: Mobilisation & implementation / Weighting: 1
      Quality criterion - Name: Business Continuity / Weighting: 1
      Quality criterion - Name: Communication with Users / Weighting: 3
                  
      Cost criterion - Name: Calculated total cost / Weighting: 60
      Cost criterion - Name: Uplift for Urgent/Immediate Work / Weighting: 10
            

      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: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      A dynamic purchasing system was set up: No

   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: 2017/S 223-38869
      
   

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 0426    
   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: 31/07/2018

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Paragon Service Point (Trading division of Paragon Group UK Limited)
             Pallion Trading Estate,, Sunderland,, Tyne and Wear,, SR4 6ST, United Kingdom
             Internet address: www.servicepointuk.com
             NUTS Code: UKH
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 85,000,000          
         Total value of the contract/lot: 85,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: CONTRACT AWARD-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 estimated value indicated at II.1.5 is indicative only. No level of expenditure is guaranteed by ECC. The figures stated are an estimate of the potential value of all contracts that may be entered in to by ECC and the other organisations named as able to contract with the successful suppliers during the contract period. A copy of the permissible users can be found as an appendix to the specification in the Procurement documents. For more general information please email the contact stated within this notice.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=328485208

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court, Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      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
         Not Provided

   VI.5) Date of dispatch of this notice: 08/08/2018




View any Notice Addenda

View Award Notice