Design and Print Services Contract – London Borough of Waltham Forest
The London Borough of Waltham Forest invites expressions of interest from suitably qualified and experienced organisations in relation to the contract for the provision of design, print and reprographic services.
United Kingdom-Walthamstow: Printing and related services
2020/S 139-343636
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Waltham Forest Town Hall, 701 Forest Road
Town: Walthamstow
NUTS code: UKI53 Redbridge and Waltham Forest
Postal code: E17 4JF
Country: United Kingdom
Contact person: Mr Kam Shinhmar
E-mail: Kam.Shinhmar@walthamforest.gov.uk
Address of the buyer profile: http://www.walthamforest.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Contract for the Provision of Design and Print Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The London Borough of Waltham Forest (‘the Authority’) invites expressions of interest from suitably qualified and experienced organisations in relation to the contract for the provision of design, print and reprographic services.
Lot 1: Design and Print Services — which includes, but is not limited to basic design, artworking, concept design, digital and litho printing and exhibition materials.
Lot 2: Reprographic Services — which includes, but is not limited to, scanning, printing, finishing and delivery of confidential files and bundles, for the authority.
The duration of the contract will be for an initial period of 3 years, with an option to extend for a further period of up to 1 year, subject to satisfactory performance by the service provider/s against agreed key performance indicators.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1: Design and Print Services — which includes, but is not limited to basic design, artworking, concept design, digital and litho printing and exhibition materials.
Lot 2: Reprographic Services — which includes, but is not limited to, scanning, printing, finishing, and delivery of confidential files and bundles, for the authority.
II.2.1)Title:
Design and Print Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1: Design and Print Services — which includes, but is not limited to basic design, artworking, concept design, digital and litho printing and exhibition materials.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Please refer to the selection criteria stated in the procurement documents.
The authority proposes to invite the top six (6) candidates per lot with the highest scoring compliant SQ submissions to the tender stage of the procurement process.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Reprographic Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2: Reprographic Services — which includes, but is not limited to, scanning, printing, finishing and delivery of confidential files and bundles, for the authority.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Please refer to the selection criteria stated in the procurement documents.
The authority proposes to invite the top six (6) candidates per lot with the highest scoring compliant SQ submissions to the tender stage of the procurement process.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Postal address: Royal Courts of Justice
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice: