Provide Print Services to Warwick District Council
This tender is for a framework arrangement with a maximum of 4 Providers per Lot selected.
United Kingdom-Royal Leamington Spa: Offset printing machinery
2016/S 108-192492
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Riverside House, Milverton Hill
Royal Leamington Spa
CV32 5HZ
United Kingdom
Contact person: Ronny Tigere
Telephone: +44 1926456218
E-mail: procurement@warwickdc.gov.uk
NUTS code: UKG13
Internet address(es):Main address: www.warwickdc.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/csw-jets/aspx/Home
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
WDC-Framework Tender for the provision of a Printing Service.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Tenders are invited for the supply of Print Services as detailed in the attached specifications. The Councils’ detailed requirements are defined in the Specification.
The procurement process being used is open and compliant with the EU Public Procurement Directive 2015 regulations. This tender is for a framework arrangement with a maximum of 4 Providers per Lot selected. There is no guarantee of any work. Warwick District Council is acting as a lead Council collaboratively working with the following named Council’s (1,7) with the objective of the procurement exercise being to appoint a range of experienced and established Print Service contractors to the Framework. Named authorities who may choose to use this arrangement are: Warwick, Redditch, Bromsgrove, Wyre Forest, Wychavon, Malvern Hills and Worcester City. However, this arrangement is open and available for all West Midlands authorities.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Offset Lithographic
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Warwick District Council sites.
II.2.4)Description of the procurement:
Offset Lithographic Full Colour — Silk/Gloss Stock.
This covers a wide variety of lithographic print ( see Section 1.1) Section 1.2) Section 1.3) and Section 1.4) which describes requirements for Lot 1).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to renew the contract by a further 12 months subject to satisfactory performance during the initial term of 3 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The contract will be for a period of 3 years commencing 3.10.2016 (With the option for a further 12 months).
II.2.1)Title:
Large Format/Exhibition
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Warwick District Council and Collaborative Partner individual sites.
II.2.4)Description of the procurement:
This Lot covers large format posters, large format weatherproof posters, foamex signs, magnetic signs and exhibitions.
Work required will vary, however, examples of work undertaken in this lot over the last 12 months at Warwick District Council includes:
Large Format Posters: Royal Leamington Art Gallery — Various Exhibitions, A2 posters x 5, full colour on 200gsm silk; and A1 posters x 2, full colour, 420 mic PVC.
Foamex Signs: Exhibition caption panels, 56 signs in total, all 210mm in width but of different lengths, mono print to 1 side on silk, mounted onto 3mm foamex.
Magnetic Signs: Warwick Town Council Crest magnetic car door signs, 2 quantity, 125mmx150mm, full colour.
Exhibitions: General election — 1 quantity of a 3×3 curved display unit, with storage case/podium stand and surrounding podium graphic, colour print, full colour. Internal grade pull up banners, 3 off, 0,8m x 2m, full colour.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to extend this contract by a further 12 months subject to satisfactory performance during the initial term.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The contract will be for a period of 3 years commencing 3.10.2016 (With the option for a further 12 months).There is no guarantee of any work as part of this framework agreement.
II.2.1)Title:
Digital-Labels/Stickers
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Warwick District Council and collaborative partner sites.
II.2.4)Description of the procurement:
Work required will vary, however, examples of work undertaken in this lot over the last 12 months at Warwick District Council includes:
— External grade permanent vinyl sticker: Dog fouling stickers, A5, full colour x 500;
— Window stickers: Taxi window stickers x 2 types, 18×8,5cm, full colour to face (side that sticks) and black and white to rear. 300 for each type;
— Vehicle transfer/sticker: Housing Partnership vehicle sticker, full colour, 250mm x 80mm, 40 quantity;
— Printed vinyl wall sticker: Gallery exhibition wall vinyls, 2 photographs, 2,4m x 2,4m, full colour printed, installation also required.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to extend the framework agreement by a further 1 year subject to satisfactory performance during the initial term.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Prices will be fixed and firm for the 1st 12 months of the contract, thereafter they will be subject to annual review and increase in-line with C.P.I.
II.2.1)Title:
Promotional Print
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Warwick District Council and Collaborative partner’s sites.
II.2.4)Description of the procurement:
Work required will vary, however, examples of work undertaken in this lot over the last 12 months at Warwick District Council includes:
— Mugs: Shakespeare England gift mug, white basic mug, full colour print x 256 quantity;
— Pens: Lifeline gift pen, white basic ball point pen with coloured clip, single colour print to barrel x 1 000 quantity;
— T-Shirts: Lifeline T-Shirts for road show events, blue round neck, various sizes, men’s and women’s, single colour white print to front and back x 50 quantity.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to extend the framework agreement by a further 12 months subject to satisfactory performance during the initial term.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The contract will be for a period of 3 years commencing 3.10.2016 (With the option for a further 12 months). Prices will be fixed and firm for the 1st 12 months of the contract, thereafter they will be subject to annual review and increase in-line with C.P.I. This tender is for a framework arrangement with a maximum of 4 Providers per Lot selected .There is no guarantee of work.
II.2.1)Title:
Digital Print
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Warwick District Council and collaborative partner sites.
II.2.4)Description of the procurement:
Warwick District Council currently run its own digital press and carries out 70 % of its digital print work in-house, however it will still require access to an external digital print resource for more specialised finishes and when capacity dictates it.
Work required will vary, however, examples of work undertaken in this lot over the last 12 months at Warwick District Council includes:
a) Full colour letterhead for MFD use: Building control letterhead, A4 full colour on 90gsm bond stock. Letterhead need to go through an on-site MFD.
b) Postcard booklets: Missing bin postcard booklet, A5 postcards, 200gsm bond, full colour. Postcards grouped into books of 50, stapled to left short edge and perforated in 2 places — 1/ 20mm from left-hand side, just after binding; 2/ centre of voucher 105mm from left-hand side. 25 books of 50.
c) Exhibition Catalogues: Terry Frost Catalogue, 56+4pg; A4 book, 130gsm silk inner + 350gsm silk cover, perfect bound, gloss laminated outer cover, full colour throughout, 500 quantity.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to extend the framework agreement by a further 12 months subject to satisfactory performance during the initial term.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The contract will be for a period of 3 years commencing 3.10.2016 (With the option for a further 12 months). Prices will be fixed and firm for the 1st 12 months of the contract, thereafter they will be subject to annual review and increase in-line with C.P.I. This tender is for a framework arrangement with a maximum of 4 Providers per Lot selected. There is no guarantee of work.
II.2.1)Title:
Signs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Warwick District Council and Collaborative partner’s sites.
II.2.4)Description of the procurement:
Work required will vary, however, examples of work undertaken in this lot over the last 12 months at Warwick District Council includes:
— External Wall Sign: resident parking signs, A4, full colour print to aluminium composite material with anti-graffiti coating. Supplied with single pole, mounting brackets and anti-tamper bolts;
— External Display Sign: Nature Reserve signs, A1 (841 x 594mm). Printed and encapsulated GRP. Hard resin surface;
— Impact damage and scratch resistance. Graffiti resistant. Print fitted within aluminium display tray and frame, fixed to 70mm square galvanised steel frame with 50mm crossbar. Leading frame edge, 700mm from ground plus 600mm below ground. Display tray angled at 30 degrees. 14 signs produced.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is any option to extend the framework agreement by further 12 months subject to satisfactory performance during the initial term.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The contract will be for a period of 3 years commencing 3.10.2016 (With the option for a further 12 months). Prices will be fixed and firm for the 1st 12 months of the contract, thereafter they will be subject to annual review and increase in-line with C.P.I. This tender is for a framework arrangement with a maximum of 4 Providers per Lot selected .There is no guarantee of work.
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
As per ITT tender requirements.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
It will be a condition of the contract that Key Performance Indicator (KPI) targets are both monitored and achieved. The KPI’s to be used are given within this documentation. In addition, it is expected that other performance measures will be agreed with the successful supplier prior to commencement of the contract.
The performance of the service will be monitored throughout the delivery of each stage / phase with the following requirements.
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Formal Opening Ceremony online, attendance by (Procurement Manager, Contract Officer).
Section VI: Complementary information
VI.1)Information about recurrence
June 2020.
VI.2)Information about electronic workflows
VI.3)Additional information:
The Council has an in-house print provision for 70 % of its digital print requirements, therefore the specified Lot would be used by the Council for the remaining 30 % of specialised digital print, or if required, based on a capacity decision or due to unforeseen circumstances.
It should be noted that this information is supplied by way of historic background and the Council gives no guarantee and accepts no liability as to the future volume or value of potential business which may be placed with a supplier.
VI.4.1)Review body
Riverside House, Milverton Hill
Leamington
CV32 5HZ
United Kingdom
Telephone: +44 1926456218
E-mail: procurement@warwickdc.gov.ukInternet address:www.warwickdc.gov.uk
VI.4.2)Body responsible for mediation procedures
Riverside House, Milverton Hill
Leamington
CV32 5HZ
United Kingdom
Telephone: +44 1926456218
E-mail: procurement@warwickdc.gov.ukInternet address:www.warwickdc.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
Riverside House, Milverton Hill
Leamington
CV32 5HZ
United Kingdom
Telephone: +44 1926456218
E-mail: procurement@warwickdc.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
North Ayrshire Council Print Services Framework
OSNI Printing Services Contracts
Norwich City Council Print Services Framework