Imperial War Museum has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | IWM Guidebook: Print Framework Contract |
Notice type: | Contract Notice |
Authority: | Imperial War Museum |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | This Contract covers the appointment, on a framework contract, of a sole print supplier to print the official guidebooks for all five public branches of IWM: IWM London; Churchill War Rooms;HMS Belfast moored in the Pool of London; IWM Duxford, Cambridge & IWM North, Trafford, Manchester. The current projected annual sales figures across all five branches Is 137,000 guidebooks. However, these are projected figures, and are as a result of the projected reduced attendance at IWM London due to the on-going redevelopment project from 2019 to 2021 inclusive. IWM makes no commitment that it will place orders for guidebooks to this total in any contract year period. |
Published: | 15/01/2019 12:19 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Trustees of the Imperial War Museum
Lambeth Road, London, SE1 6HZ, United Kingdom
Tel. +44 2074165257, Email: sbourne@iwm.org.uk
Contact: Simon Bourne
Main Address: www.iwm.org.uk
NUTS Code: UKI
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: http://www.bipsolutions.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.bipsolutions.com 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
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: IWM Guidebook: Print Framework Contract
Reference Number: IWM/Ret/2041
II.1.2) Main CPV Code:
79800000 - Printing and related services.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This Contract covers the appointment, on a framework contract, of a sole print supplier to print the official guidebooks for all five public branches of IWM: IWM London; Churchill War Rooms;HMS Belfast moored in the Pool of London; IWM Duxford, Cambridge & IWM North, Trafford, Manchester.
The current projected annual sales figures across all five branches Is 137,000 guidebooks. However, these are projected figures, and are as a result of the projected reduced attendance at IWM London due to the on-going redevelopment project from 2019 to 2021 inclusive. IWM makes no commitment that it will place orders for guidebooks to this total in any contract year period.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This Contract covers the appointment, on a framework contract, of a sole print supplier to print the official guidebooks for all five public branches of IWM:
IWM London
Churchill War Rooms
HMS Belfast moored in the Pool of London
IWM Duxford, Cambridge
IWM North, Trafford, Manchester.
2.2The current projected annual sales figures across all five branches Is 137,000 guidebooks. However, these are projected figures, and are as a result of the projected reduced attendance at IWM London due to the on-going redevelopment project from 2019 to 2021 inclusive. IWM makes no commitment that it will place orders for guidebooks to this total in any contract year period.
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: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/06/2019 / End: 31/05/2022
This contract is subject to renewal: Yes
Description of renewals: The Contract can be extended by up to once calendar year from the contract end date
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
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: Not provided
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
Selection criteria as stated in the procurement documents
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 - NO
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/02/2019 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/03/2019
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:
Until: 31/05/2019
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=370045765
VI.4) Procedures for review
VI.4.1) Review body:
Imperial War Museum
London, United Kingdom
Tel. +44 2074165257
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
IWM will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from IWM before the contract is entered into.
Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional should be requested from the address in section I.1.
If an appeal regarding the award of a contract has not been successfully resolved the Public Sector Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales & Northern Ireland. Any such action must be brought promptly (generally within 3 months).
Where a contract has not been entered into the court may order the settling of the award decision or order IWM to amend any document and may award damages. if the contract has been entered into the court may only award damages.
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: 15/01/2019
Annex A