Copy Editing and Proofreading Tender – The National Audit Office
This copy-editing and proofreading requirement covers the 65 VfM/investigations and around a further 5 other types of publication.
United Kingdom-Victoria: Proofreading services
2019/S 083-197309
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
157-197 Buckingham Palace Road
Victoria
SW1W 9SP
United Kingdom
Contact person: Memet Erdemgil — Procurement Manager
Telephone: +44 2077987372
E-mail: z3-procurement@nao.org.uk
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Copy Editing Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The work is for any type of published output from The National Audit Office (NAO). The NAO produces circa 65 Value for Money (VfM) reports and investigations every year. In addition to these there are other materials that the organisation needs to publish e.g. the annual report which includes the NAO’s accounts. Therefore, this copy editing and proofreading requirement covers the 65 VfM/investigations and around a further 5 other types of publication. The reports are broadly spread evenly throughout the year with peaks in demand in Feb/March and June/July.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM
II.2.4)Description of the procurement:
The work is for any type of published output from The National Audit Office (NAO). The NAO produces circa 65 Value for Money (VfM) reports and investigations every year. In addition to these there are other materials that the organisation needs to publish e.g. the annual report which includes the NAO’s accounts. Therefore, this copy editing and proofreading requirement covers the 65 VfM/investigations and around a further 5 other types of publication. The reports are broadly spread evenly throughout the year with peaks in demand in Feb/March and June/July.
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.2.13)Information about European Union funds
II.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/BVC52253PX
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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. GO Reference: GO-2019424-PRO-14831101
VI.4.1)Review body
157-197 Buckingham Palace Road
Victoria
SW1W 9SP
United Kingdom
VI.5)Date of dispatch of this notice: