Flagship Housing Group has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Design & Print Services |
Notice type: | Contract Notice |
Authority: | Flagship Housing Group |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | Flagship is looking to award a contract for its design and print service to incorporate: • Brand development/Corporate ID. • Design, artwork and print services for a range of marketing collateral, including brand guidelines; corporate stationery; newsletters; brochures and customer information; signage and vehicle livery; advertisement design. • Print management. • Stock image library service. |
Published: | 24/02/2014 16:43 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Flagship Housing Group Limited
Suite 5, Keswick Hall, Keswick Hall Lane, Keswick, Norwich, NR4 6TJ, United Kingdom
Tel. +44 8452586160, Fax. +44 1603255404, Email: malcolm.robinson@greenbee.net, URL: https://www.flagship-housing.co.uk/
Contact: Governance & Commercial, Attn: Mr Malcolm Robinson
Electronic Access URL: https://www.flagship-housing.co.uk/supplier-zone
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:
Body governed by public law
I.3) Main activity:
Housing and community amenities
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: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Design & Print Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKH13 - Norfolk
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Bespoke printed matter. Flagship is looking to award a contract for its design and print service to incorporate:
• Brand development/Corporate ID.
• Design, artwork and print services for a range of marketing collateral, including brand guidelines; corporate stationery; newsletters; brochures and customer information; signage and vehicle livery; advertisement design.
• Print management.
• Stock image library service.
II.1.6)Common Procurement Vocabulary:
22458000 - Bespoke printed matter.
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: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Flagship is looking to award a contract for its design and print service to incorporate:
• Brand development/Corporate ID.
• Design, artwork and print services for a range of marketing collateral, including brand guidelines; corporate stationery; newsletters; brochures and customer information; signage and vehicle livery; advertisement design.
• Print management.
• Stock image library service.
Estimated value excluding VAT:
Range between: 200,000 and 400,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Initial contract period of 3 years, with an option to extend by further periods of up to a total of 12 months.
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: Range between: 1 to 4
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
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.
These are set out in the PQQ
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.
Information and formalities necessary for evaluating if requirements are met:
These are set out in the PQQ
Minimum Level(s) of standards possibly required:
These are set out in the PQQ
III.2.3)Technical capacity
Technical capacity - means of proof required
(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;
(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;
(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;
Information and formalities necessary for evaluating if requirements are met:
These are set out in the PQQ
Minimum Level(s) of standards possibly required:
These are set out in the PQQ
III.2.4)Information about reserved contracts: Not Provided
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:
Envisaged minimum number: 5 and maximum number: 7
Objective Criteria for choosing the limited number of candidates:
These are set out in the PQQ
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: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 26/03/2014
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 27/03/2014
Time: 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 3 or 4 years
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=90170949
GO-2014224-PRO-5483193 TKR-2014224-PRO-5483192
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 24/02/2014
ANNEX A
View any Notice Addenda
UK-Norwich: Bespoke printed matter.
Section I: Contracting Authority
Title: UK-Norwich: Bespoke printed matter.
I.1)Name, Addresses And Contact Point(s)
Flagship Housing Group Limited
Suite 5, Keswick Hall, Keswick Hall Lane, Keswick, Norwich, NR4 6TJ, United Kingdom
Tel. +44 8452586160, Fax. +44 1603255404, Email: malcolm.robinson@flagship-housing.co.uk, URL: https://www.flagship-housing.co.uk/
Contact: Governance & Commercial, Attn: Mr Malcolm Robinson
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Design & Print Services
II.1.2)Short description of the contract or purchase:
Bespoke printed matter. Flagship is looking to award a contract for its design and print service to incorporate:
• Brand development/Corporate ID.
• Design, artwork and print services for a range of marketing collateral, including brand guidelines; corporate stationery; newsletters; brochures and customer information; signage and vehicle livery; advertisement design.
• Print management.
• Stock image library service.
II.1.3)Common procurement vocabulary:
22458000 - Bespoke printed matter.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2014 - 130110
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 24/02/2014
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
Place of text to be modified: II.1.7 Information about Government Procurement Agreement (GPA): The contract is covered by the Government Procurement Agreement (GPA):
Instead of: No
Read: Yes
Place of text to be modified: I.1 Email
Instead of: greenbee.net
Read: malcolm.robinson@flagship-housing.co.uk
VI.3.4)Dates to be corrected in the original notice: Not Provided
VI.3.5)Addresses and contact points to be corrected:
Flagship Housing Group Limited
Suite 5, Keswick Hall, Keswick Hall Lane, Keswick, Norwich, NR4 6TJ, United Kingdom
Email: malcolm.robinson@flagship-housing.co.uk
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=90369364
GO-2014226-PRO-5488815 TKR-2014226-PRO-5488814
VI.5)Date of dispatch: 26/02/2014
Design & Print Services
UK-Norwich: Bespoke printed matter.
Section I: Contracting Authority
Title: UK-Norwich: Bespoke printed matter.
I.1)Name, Addresses And Contact Point(s)
Flagship Housing Group Limited
Suite 5, Keswick Hall, Keswick Hall Lane, Keswick, Norwich, NR4 6TJ, United Kingdom
Tel. +44 8452586160, Fax. +44 1603255404, Email: malcolm.robinson@flagship-housing.co.uk, URL: https://www.flagship-housing.co.uk/, URL: https://www.flagship-housing.co.uk/supplier-zone
Contact: Governance & Commercial, Attn: Mr Malcolm Robinson
I.2)Type Of Purchasing Body
Contracting authority
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Design & Print Services
II.1.2)Short description of the contract or purchase:
Bespoke printed matter. Flagship is looking to award a contract for its design and print service to incorporate:
• Brand development/Corporate ID.
• Design, artwork and print services for a range of marketing collateral, including brand guidelines; corporate stationery; newsletters; brochures and customer information; signage and vehicle livery; advertisement design.
• Print management.
• Stock image library service.
II.1.3)Common procurement vocabulary:
22458000 - Bespoke printed matter.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2014 - 130110
IV.2.3)Notice to which this publication refers
Notice number in OJ: 2014/S 42 - 69325 of 24/02/2014
IV.2.4)Date of dispatch of the original Notice: 24/02/2014
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Incomplete Procedure
VI.2)Information on incomplete awarding procedure
The awarding procedure has been discontinued.
VI.4)Other additional information:
This procurement has been discontinued.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=92213737
GO-2014313-PRO-5526315 TKR-2014313-PRO-5526314
VI.5)Date of dispatch: 13/03/2014