North Ayrshire Council Print Services Framework
4 Lots. Lot 1: Leaflets, Posters and Flyers, postcards and Prepaid envelopes.
United Kingdom-Irvine: Printed books, brochures and leaflets
2016/S 106-188504
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
337
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UNITED KINGDOM
Telephone: +44 1294324038
E-mail: procurement@north-ayrshire.gov.uk
Fax: +44 1294324054
NUTS code: UK
Internet address(es):
Main address: http://www.north-ayrshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Print Services Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council is inviting tenders for a Framework Agreement for the provision of Printing Services within North Ayrshire.
The tender will cover the supply of all Printing Services under a ‘Framework Agreement’ providing 3 to 7 Service Providers suppliers per Lot. If there are less than 3 service providers successful for any lot a sole supplier will be appointed for that lot.
The Framework Agreement shall include 4 (Four) Lots which are as follows:
Lot 1: Leaflets, Posters and Flyers, postcards and Prepaid envelopes;
Lot 2: Booklets and Brochures and Duplicate Books;
Lot 3: Corporate Stationery;
Lot 4: Committee Agendas.
The duration of the framework agreement will be 4 years.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Leaflets, Posters and Flyers, postcards and Prepaid envelopes
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Leaflets, Posters and Flyers, postcards and Prepaid envelopes.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. The statement for sub-threshold (Site) notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
II.2.1)Title:
Booklets and Brochures and Duplicate Books
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Booklets and Brochures and Duplicate Books.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. The statement for sub-threshold (Site) notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
II.2.1)Title:
Corporate Stationery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Corporate Stationery.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. The statement for sub-threshold (Site) notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
II.2.1)Title:
Committee Agendas
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Committee Agendas.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. The statement for sub-threshold (Site) notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
For Completion by Non-UK Businesses Only:
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
For Service Contracts Only:
Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2)Economic and financial standing
Bidders will be required to have a minimum ‘general’ yearly turnover of 80 000 GBP for the last 3 years.
Bidders will be required to have a minimum yearly turnover of 80 000 GBP for the last 3 years in the business area covered by the contract.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP;
Public Liability Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the contract notice.
Unsatisfactory experience will result in a fail and exclusion from the tender process.
Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II) in this Contract Notice.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders must confirm that they will provide samples of the products to be supplied which do not require a certificate of authenticity:
Environmental Management Standards:
1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
Or
2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
The quality manual must include documented procedures for:
Ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment;
Providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties;
Checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties;
Checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an ongoing basis and for updating them at periodic intervals;
Dealing with waste (e.g. waste management plans, waste segregation, recycling, etc.);
Ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder’s supply chain.
Quality Management Procedures:
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Or
2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
The quality manual must include documented procedures for:
Arrangements for monitoring quality management on an ongoing basis;
Regularly reviewing, correcting and improving quality performance;
Ensuring that quality management is effective in reducing / preventing incidents of sub-standard delivery;
Providing workforce with appropriate quality related training;
Dealing with complaints and implementing corrective measures;
Health and Safety Procedures.
1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
Or
2. A Health and Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
The health and safety policy must include documented procedures:
For ensuring that H and S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H and S management that are relevant to the nature and scales of the requirement;
On how the bidder obtains access to competent Health and Safety advice and assistance providing the bidder’s workforce with training and information appropriate to the type of work and this must also include a description of arrangements for keeping the workforce updated on legislation and good H and S practice applicable throughout the organisation;
Describing what H and S or other relevant qualifications and experience the bidder’s workforce has, in order to implement the H and S policy to a standard appropriate for the work;
For checking, reviewing and where necessary, improving the bidders H and S performance;
For involving the bidders workforce in the planning and implementation of H and S measures;
For recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years;
For ensuring that the bidder’s suppliers apply H and S measures to a standard appropriate to the work for which they are being engaged and how this is coordinated;
For carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;
On arrangements for ensuring that (where applicable) on-site welfare provision meets legal requirements and the needs/expectations of the bidder’s employees.
III.2.2)Contract performance conditions:
The undernoted are conditions of this tender:
Quality Management Procedures;
Health and Safety;
Environmental management systems;
Terms and Conditions;
Fair Working Practices;
Non-collusion certificate signed;
Satisfactory References from previous customers.
Full details are contained in section VI.3) Additional Information and Technical and Professional ability III.1.3)
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Irvine.
Section VI: Complementary information
VI.1)Information about recurrence
May 2020.
VI.2)Information about electronic workflows
VI.3)Additional information:
Bidders must agree to North Ayrshire Council’s terms and conditions for services. If the bidder does not agree to the terms and conditions they may be excluded from the tender process.
Bidders should complete the non-collusion certificate in the any other offences section of the ESPD. Failure to sign will result in exclusion from the tender process.
Bidders must provide 2 satisfactory references on the reference templates provided in the Instructions to tenderers document, References should be completed and signed by previous customers for contracts of a similar nature, scope and size. Completed reference templates should be uploaded into the general attachment area of the qualification envelope. If any of the referees score you less than 3 you will be excluded from the tender process.
Note: The Buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 5699 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Non-core Community benefits will be delivered dependant on the level of business obtained from the framework relating to education and community engagement. Please complete the community benefit template in the Instructions to tenderer documents and upload in the general attachment area of the qualification envelope.
(SC Ref:448002).
VI.4.1)Review body
Cunningham House, Friars Croft
Irvine
KA12 8EE
UNITED KINGDOM
Telephone: +44 1294324038
E-mail: procurement@north-ayrshire.gov.uk
Fax: +44 1294324054Internet address: http://www.north-ayrshire.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
OSNI Printing Services Contracts
Norwich City Council Print Services Framework
Central Bedfordshire Council Design and Print Contract