Design and Print Services for London Borough of Enfield
Lot 1 – General Print, Lot 2 – Highly skilled and creative design, Lot 3 – Web Offset Printing.
United Kingdom-Enfield: Printing and related services
2013/S 240-417669
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Enfield
Civic Centre Silver Street
For the attention of: Gemma Edwards
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2084964607
E-mail: gemma.edwards@walthamforest.gov.uk
Further information can be obtained from: Further Information Address
A request for further information must be directed through: www.londontenders.org
UNITED KINGDOM
Internet address: www.londontenders.org
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Specifications
Specification will be made available tender stage via: www.londontenders.org Potential providers must be registered before they will be able to view the documentation.
UNITED KINGDOM
Internet address: www.londontenders.org
Tenders or requests to participate must be sent to: Request to Participate
Potential providers must be registered on: www.londontenders.org to view the documentation available.
UNITED KINGDOM
Internet address: www.londontenders.org
Section II: Object of the contract
Service category No 15: Publishing and printing services on a fee or contract basis
Main site or location of works, place of delivery or of performance: London Borough of Enfield.
NUTS code UKI21
maximum number of participants to the framework agreement envisaged: 30
Duration of the framework agreement
Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: Due to Local and General Elections occuring on a four yearly basis, obtaining award approval around this time has been difficult over the last contractual period. By extending the framework for an additional 12 month period should reduce any delays.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 600 000 GBP
The Framework agreement will consist of three specific lots as follows:
Lot 1 – General Print,
Lot 2 – Highly skilled and creative design,
Lot 3 – Web Offset Printing.
The duration of the framework agreement will be for an initial period of 4 years with an option to extend for a further 12 month period.
79800000, 22000000, 22100000, 22110000, 22120000, 22140000, 22150000, 22160000, 22200000, 22300000, 22820000, 79415200, 79821000, 79811000, 79822500, 79823000, 79824000, 22450000
Tenders may be submitted for one or more lots
Lot 1 – General Print,
Lot 2 – Highly skilled and creative design,
Lot 3 – Web Offset Printing.
Estimated value excluding VAT: 1 600 000 GBP
Description of these options: Option to extend for an additional 12 month period.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
Number of possible renewals: 1
Information about lots
Lot No: 1 Lot title: General Print
The Authority spent approximately 130 000.00 DKK in 2012/2013 on general print requirements excluding VAT.
This is not an indication of the volumes of business likely to be conducted under this agreement and therefore is no guarantee of likely or potential business levels.
22100000, 22110000, 22120000, 22140000, 22150000, 22160000, 22200000, 22210000, 22300000, 22820000, 79415200, 79800000, 79811000, 79821000, 79822500, 79823000, 79824000
The Authority spent approximately 50 000.00 GBP in 2012/2013 on highly skilled and creative design requirements excluding VAT.
This is not an indication of the volumes of business likely to be conducted under this agreement and therefore is no guarantee of likely or potential business levels.
22100000, 22110000, 22120000, 22140000, 22150000, 22160000, 22200000, 22210000, 22300000, 22820000, 79415200, 79800000, 79811000, 79821000, 79822500, 79823000, 79824000
The Authority spent approximately 140 000.00 GBP in 2012/2013 on web offset printing excluding VAT.
This is not an indication of the volumes of business likely to be conducted under this agreement and therefore is no guarantee of likely or potential business levels.
22100000, 22110000, 22120000, 22140000, 22150000, 22160000, 22200000, 22210000, 22300000, 22820000, 79415200, 79800000, 79811000, 79821000, 79822500, 79823000, 79824000
Section III: Legal, economic, financial and technical information
Description of particular conditions: This will be specified in the Tender documents available during the Tender stage via: www.londontenders.org
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
(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 of these turnovers is available.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As specified in the on-line Pre-Qualification Questionnaire (PQQ) Evaluation matrix and PQQ instructions.
Payable documents: no
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: An authorised Officer of the London Borough of Enfield.
Section VI: Complementary information
Estimated timing for further notices to be published: 48 months
The value provided in Section II.2.1) is estimated only.
The Authority cannot guarantee to contractors any business through this Framework agreement.
The selection process of tenderers will be as set out in the PQQ ‘Instructions to Tenderers’ document.
The information and/or documents for this opportunity are available from www.londontenders.org You must register on this site to respond. Contractors must read through this set of instructions and follow the process to respond to this opportunity.
The Authority accepts no responsibility for any costs in relation to the preparation or submission of tenders.
Please note that all prices must be quoted in GBP.
Potential contractors should note that, in accordance with the UK Government’s policies on transparency, the Authority will be under the obligation to publish the Invitation to Tender (ITT) document, and the text of any contract, subject to possible redactions at the discretion of the Authority.
The Authority undertakes to use its best endeavours to hold confidential any commercially sensitive information provided, subject to the Authority’s overriding obligations under the Freedom of Information Act 2000 and its transparency obligations.
The Authority will be looking to award the Contract to a single contractor, with a Contract commencement date of the 5.5.2014.
Tenderers are to note that:
(1) The information and/or tender documents for this opportunity will only be available via: www.londontenders.org Potential tenderers must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password.
(2) Potential tenderers must log-in to the www.londontenders.org site, search for the following Contract Title: Design and Print Services and follow the instructions provided to you.
(3) The completed PQQ and ITT submissions for this opportunity will only be received electronically via: www.londontenders.org
(4) All communications regarding this opportunity will only be accepted through the ‘discussions’ portal via: www.londontenders.org Written responses will be provided to all enquiries and any points of clarification or information will be circulated to prospective tenderers via the: www.londontenders.org email system.
(5) Potential tenderers are advised to allow yourself at least 2 hours when responding to this opportunity prior to the closing date and time, especially if you are required to upload documents as an attachment.
(6) If you experience any technical difficulties please contact the Due North (www.londontenders.org) Helpdesk on +44 1670597120 or email: support@due-north.com
Body responsible for mediation procedures
UNITED KINGDOM
Applicants have 2 working days from the notification of the award decision to request additional debriefing and that provision has to be provided a minimum of 3 working days before the expiry of the standstill period.
VI.5)Date of dispatch of this notice:10.12.2013