Essex County Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | 0426 Print Services Framework |
Notice type: | Contract Notice |
Authority: | Essex County Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | 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: | 26/03/2018 14:26 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Printing-and-related-services./E89EVBW7P4
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Printing-and-related-services./E89EVBW7P4 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: http://www.delta-esourcing.com
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
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: 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.1.5) Estimated total value:
Value excluding VAT: 85,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
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:
UKH3 Essex
II.2.4) Description of 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:
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: 85,000,000
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: Yes
Description of renewals: A Framework for four years (three years plus extension of up to one year). The renewal may be tendered during year 3, or year 4 if the option to extend is used.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
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
List and brief description of selection criteria:
In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts
Regulations 2006 and as set out in the SSQ which is available to bidders at the web address and portal address
shown in section I
Minimum level(s) of standards possibly required (if applicable) :
As set out in the SSQ which is available to bidders at the web address and portal address shown in section I
III.1.3) Technical and professional ability
List and brief description of selection criteria:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the SSQ which is available to bidders at the web address shown in section I
Minimum level(s) of standards possibly required (if applicable) :
As set out in the SSQ which is available to bidders at the web address and portal address shown in section I
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
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
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2017/S 223 - 38869
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 27/04/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 08/05/2018
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:
Duration in month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Year 3 or year 4 of the contract period
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
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. ECC reserves the right to cancel the procurement exercise and/or not to award all or part of a contract. ECC will not be responsible for any costs incurred by potential suppliers (or any other person participating in the process) in relation to this procurement exercise including if the procurement exercise is cancelled. Each bidder shall be responsible for its own costs and expenses incurred in participating in this process. A copy of the permissible users can be found as an appendix to the specification in the Procurement documents being released on the 28/03/2018. For more general information please email the contact stated within this notice. The access code for this opportunity on Bip Delta is E89EVBW7P4.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Printing-and-related-services./E89EVBW7P4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/E89EVBW7P4
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.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 26/03/2018
Annex A
View any Notice Addenda
View Award Notice
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