ForHousing is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Marketing Framework Agreement |
Notice type: | Contract Notice |
Authority: | ForHousing |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | ForHousing is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of print management, marketing and creative design services. The Framework Agreement is being divided into 2 Lots as follows: Lot 1 – Print Management Lot 2 – Creative Design |
Published: | 16/12/2020 14:56 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
ForHousing Limited
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: tenders@forhousing.co.uk
Contact: The Procurement Team
Main Address: https://www.forhousing.co.uk, Address of the buyer profile: www.forhousing.co.uk
NUTS Code: UK
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.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-Eccles:-Marketing-services./834828R3QX
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
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Marketing Framework Agreement
Reference Number: ForHousingMarketingFW-2020
II.1.2) Main CPV Code:
79342000 - Marketing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: ForHousing is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of print management, marketing and creative design services.
The Framework Agreement is being divided into 2 Lots as follows:
Lot 1 – Print Management
Lot 2 – Creative Design
II.1.5) Estimated total value:
Value excluding VAT: 1,293,500
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The contracting authority reserves the right to award contracts combining the following lots: Lot 1 – Print Management, Lot 2 – Creative Design.
Other entities which are entitled to call off under the Lots of the Framework. Bidders should note that, under the terms of the Framework Agreement, no entity will be under any obligation to call-off with framework suppliers.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Print Management
Lot No: 1
II.2.2) Additional CPV codes:
79800000 - Printing and related services.
79810000 - Printing services.
79820000 - Services related to printing.
79823000 - Printing and delivery services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This Lot of the Framework Agreement is for the provision of print management services.
Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts as and when services are required:
(i) ForHousing and any entity within the ForViva group from time to time, which currently includes Liberty
(ii)any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii) Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents
ForHousing intends to appoint no more than 6 suppliers to this Lot of the Framework Agreement following this procurement process, subject to a receipt of a sufficient number of complete and compliant bids.
Once the Framework Agreement has been set up, ForHousing intends to award a contract to the supplier whose bid for a place on this Lot of the Framework scored the highest following the evaluation of bids in accordance with section 8 of the ITT (the “ForHousing Print Management Contract”). (Note that this represents ForHousing’s current intention with respect to the award of the ForHousing Print Management Contract. As an alternative, ForHousing reserves the right to hold a mini competition amongst the framework suppliers appointed to this Lot to determine who to award the contract to, if it considers it appropriate to do so.)
For further details of the scope of the ForHousing Print Management Contract and the services to be carried out under it please refer to the specification attached at Part 1 of Appendix 4 of the ITT.
It is envisaged that the ForHousing Print Management Contract will last for a period of 4 years, subject to the rights of termination contained in the Contract.
The estimated value of the ForHousing Print Management Contract over its 4 year term is approximately £658,432.00 (ex VAT)
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 658,432
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: 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: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Contract.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
II.2) Description Lot No. 2
II.2.1) Title: Creative Design
Lot No: 2
II.2.2) Additional CPV codes:
79822500 - Graphic design services.
79933000 - Design support services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts as and when services are required:
(i) ForHousing and any entity within the ForViva group from time to time, which currently includes Liberty
(ii) any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii) Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents
ForHousing intends to appoint no more than 6 suppliers to this Lot of the Framework Agreement following this procurement process, subject to a receipt of a sufficient number of complete and compliant bids.
Once the Framework Agreement has been set up, ForHousing intends to award a contract to the supplier whose bid for a place on this Lot of the Framework scored the highest following the evaluation of bids in accordance with section 8 of the ITT (the “ForHousing Creative Design Contract”). (Note that this represents ForHousing’s current intention with respect to the award of the ForHousing Creative Design Contract. As an alternative, ForHousing reserves the right to hold a mini competition amongst the framework suppliers appointed to this Lot to determine who to award the contract to, if it considers it appropriate to do so.)
For further details of the scope of the ForHousing Creative Design Contract and the services to be carried out under it please refer to the specifications attached at Part 2 of Appendix 4 of the ITT.
It is envisaged that the ForHousing Creative Design Contract will last for a period of 4 years, subject to the rights of termination contained in the Contract.
The estimated value of the ForHousing Creative Design Contract, over its 4 year term is approximately £635,068.00 (ex VAT)
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 635,068
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: 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: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Contract.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
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:
As set out in the tender documentation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As set out in the tender documentation
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:
As set out in the tender documentation
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As set out in the tender documentation
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 OPEN
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
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: 20/01/2021 Time: 12:00
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
IV.2.7) Conditions for opening of tenders:
Date: 20/01/2021
Time: 12:01
Place:
Eccles
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 information and/ or documents for this opportunity are available on https://www.delta-esourcing.com. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com .
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.
Please note that the estimated value of the framework agreement as set out in this Notice is based on ForHousing’s anticipated requirements only. Accordingly, the actual value of the framework agreement may be higher than that stated in this Notice depending on the number of other entities that decide to access and award contracts under the framework agreement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Marketing-services./834828R3QX
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/834828R3QX
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice in the Strand
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
The Stand
London, 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 lodging of appeals may be obtained:
The Cabinet Office
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 16/12/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
ForHousing Limited
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: tenders@forhousing.co.uk
Contact: The Procurement Team
Main Address: https://www.forhousing.co.uk, Address of the buyer profile: www.forhousing.co.uk
NUTS Code: UK
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:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Marketing Framework Agreement
Reference number: ForHousingMarketingFW-2020
II.1.2) Main CPV code:
79342000 - Marketing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: ForHousing is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of print management, marketing and creative design services.
The Framework Agreement is being divided into 2 Lots as follows:
Lot 1 – Print Management
Lot 2 – Creative Design
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,234,767
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Print Management
Lot No:1
II.2.2) Additional CPV code(s):
79800000 - Printing and related services.
79810000 - Printing services.
79820000 - Services related to printing.
79823000 - Printing and delivery services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: This Lot of the Framework Agreement is for the provision of print management services.
Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts as and when services are required:
(i) ForHousing and any entity within the ForViva group from time to time, which currently includes Liberty
(ii)any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii) Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents
ForHousing intends to appoint no more than 6 suppliers to this Lot of the Framework Agreement following this procurement process, subject to a receipt of a sufficient number of complete and compliant bids.
Once the Framework Agreement has been set up, ForHousing intends to award a contract to the supplier whose bid for a place on this Lot of the Framework scored the highest following the evaluation of bids in accordance with section 8 of the ITT (the “ForHousing Print Management Contract”). (Note that this represents ForHousing’s current intention with respect to the award of the ForHousing Print Management Contract. As an alternative, ForHousing reserves the right to hold a mini competition amongst the framework suppliers appointed to this Lot to determine who to award the contract to, if it considers it appropriate to do so.)
For further details of the scope of the ForHousing Print Management Contract and the services to be carried out under it please refer to the specification attached at Part 1 of Appendix 4 of the ITT.
It is envisaged that the ForHousing Print Management Contract will last for a period of 4 years, subject to the rights of termination contained in the Contract.
The estimated value of the ForHousing Print Management Contract over its 4 year term is approximately £658,432.00 (ex VAT)
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Contract.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
II.2) Description (lot no. 2)
II.2.1) Title:Creative Design
Lot No:2
II.2.2) Additional CPV code(s):
79822500 - Graphic design services.
79933000 - Design support services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Under this Lot of the Framework Agreement the following entities will have the option to call-off contracts as and when services are required:
(i) ForHousing and any entity within the ForViva group from time to time, which currently includes Liberty
(ii) any entity or joint venture company that ForHousing or any other member of its group holds an interest in from time to time;
(iii) Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForHousing consents
ForHousing intends to appoint no more than 6 suppliers to this Lot of the Framework Agreement following this procurement process, subject to a receipt of a sufficient number of complete and compliant bids.
Once the Framework Agreement has been set up, ForHousing intends to award a contract to the supplier whose bid for a place on this Lot of the Framework scored the highest following the evaluation of bids in accordance with section 8 of the ITT (the “ForHousing Creative Design Contract”). (Note that this represents ForHousing’s current intention with respect to the award of the ForHousing Creative Design Contract. As an alternative, ForHousing reserves the right to hold a mini competition amongst the framework suppliers appointed to this Lot to determine who to award the contract to, if it considers it appropriate to do so.)
For further details of the scope of the ForHousing Creative Design Contract and the services to be carried out under it please refer to the specifications attached at Part 2 of Appendix 4 of the ITT.
It is envisaged that the ForHousing Creative Design Contract will last for a period of 4 years, subject to the rights of termination contained in the Contract.
The estimated value of the ForHousing Creative Design Contract, over its 4 year term is approximately £635,068.00 (ex VAT)
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
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: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Contract.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
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: 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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 248-619095
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: 2020/S 248-619095
Lot Number: 1
Title: Print Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Steffco Ltd, 03234103
78 Armley Road, Leeds, United Kingdom
NUTS Code: UK
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: 488,582
Total value of the contract/lot: 488,582
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 1
Title: Print Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
William Pollard and Co. LTD, 00065337
Oak House, Exeter, United Kingdom
NUTS Code: UK
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: 488,582
Total value of the contract/lot: 488,582
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 1
Title: Print Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 0 (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: 10
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Continuous Dataprint (UK) Ltd, 02696956
74 – 82 Rose Lane, Liverpool, United Kingdom
NUTS Code: UK
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: 488,582
Total value of the contract/lot: 488,582
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 1
Title: Print Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Webmart Limited, 03300270
13-15 Wedgwood Road, Oxfordshire, United Kingdom
NUTS Code: UK
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: 488,582
Total value of the contract/lot: 488,582
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 1
Title: Print Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
C21 Communications Ltd, 04688559
The Court House, Altrincham, United Kingdom
NUTS Code: UK
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: 488,582
Total value of the contract/lot: 488,582
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 1
Title: Print Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Harrison Carloss Limited, 02242163
Three Counties House, Stoke on Trent, United Kingdom
NUTS Code: UK
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: 488,582
Total value of the contract/lot: 488,582
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: 1
Title: Print Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Visual Print and Design, 08235742
1 CHECKPOINT COURT, LINCOLN, United Kingdom
NUTS Code: UK
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: 488,582
Total value of the contract/lot: 488,582
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: Not Provided
Lot Number: 1
Title: Print Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 0 (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: 10
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Jalen Limited, 04219606
Unit A6, Foundry, Salford, United Kingdom
NUTS Code: UK
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: 488,582
Total value of the contract/lot: 488,582
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.9)
Contract No: Not Provided
Lot Number: 1
Title: Print Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Inc Dot Com Limited, 04044618
Seafire Close, York, United Kingdom
NUTS Code: UK
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: 488,582
Total value of the contract/lot: 488,582
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.10)
Contract No: Not Provided
Lot Number: 1
Title: Print Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 10
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
UYR Limited, 03885328
15-17 Langthwaite Road, South Kirkby, United Kingdom
NUTS Code: UK
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: 488,582
Total value of the contract/lot: 488,582
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.11)
Contract No: Not Provided
Lot Number: 2
Title: Creative Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 0 (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: 23
Number of tenders received by electronic means: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
C21 Communications Ltd, 04688559
The Court House, Altrincham, United Kingdom
NUTS Code: UK
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: 746,185
Total value of the contract/lot: 746,185
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.12)
Contract No: Not Provided
Lot Number: 2
Title: Creative Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 23
Number of tenders received by electronic means: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Carbon Creative Limited, 04603908
Tomorrow, MediaCityUK, Salford, United Kingdom
NUTS Code: UK
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: 746,185
Total value of the contract/lot: 746,185
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.13)
Contract No: Not Provided
Lot Number: 2
Title: Creative Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 23
Number of tenders received by electronic means: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
William Pollard and Co. LTD, 00065337
Oak House, Exeter, United Kingdom
NUTS Code: UK
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: 746,185
Total value of the contract/lot: 746,185
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.14)
Contract No: Not Provided
Lot Number: 2
Title: Creative Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 23
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: 23
Number of tenders received by electronic means: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Gingerhead, 10287929
Unit G01, Liverpool, L1 0BP, United Kingdom
NUTS Code: UK
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: 746,185
Total value of the contract/lot: 746,185
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.15)
Contract No: Not Provided
Lot Number: 2
Title: Creative Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 23
Number of tenders received by electronic means: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Narrative Integrated Communications Ltd, 05126420
North East BIC, Sunderland, United Kingdom
NUTS Code: UK
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: 746,185
Total value of the contract/lot: 746,185
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.16)
Contract No: Not Provided
Lot Number: 2
Title: Creative Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 23
Number of tenders received by electronic means: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Creative Bridge, 04029256
Bittesby House, Leicestershire, LE17 4JH, United Kingdom
NUTS Code: UK
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: 746,185
Total value of the contract/lot: 746,185
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.17)
Contract No: Not Provided
Lot Number: 2
Title: Creative Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 23
Number of tenders received by electronic means: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Steffco Ltd, 03234103
78 Armley Road, Leeds, LS12 2EJ, United Kingdom
NUTS Code: UK
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: 746,185
Total value of the contract/lot: 746,185
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.18)
Contract No: Not Provided
Lot Number: 2
Title: Creative Design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2021
V.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 23
Number of tenders received by electronic means: 23
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Punch Creative Ltd, 06149563
Chapel Studios, Pudsey, LS28 6DA, United Kingdom
NUTS Code: UK
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: 746,185
Total value of the contract/lot: 746,185
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: Please note that the estimated value of the framework agreement as set out in this Notice is based on ForHousing’s anticipated requirements only. Accordingly, the actual value of the framework agreement may be higher than that stated in this Notice depending on the number of other entities that decide to access and award contracts under the framework agreement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=600088840
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice in the Strand
London, United Kingdom
VI.4.2) Body responsible for mediation procedures
The Stand
London, 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
The Cabinet Office
London, United Kingdom
VI.5) Date of dispatch of this notice: 22/09/2021