Design and Print Services Norfolk
Flagship is looking to award a contract for its design and print service to incorporate:
Brand development/Corporate ID. Design, artwork and print services for a range of marketing collateral, including brand guidelines.
United Kingdom-Norwich: Bespoke printed matter
2014/S 040-065947
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Flagship Housing Group Limited
Suite 5, Keswick Hall, Keswick Hall Lane, Keswick
Contact point(s): Governance & Commercial
For the attention of: Mr Malcolm Robinson
NR4 6TJ Norwich
UNITED KINGDOM
Telephone: +44 8452586160
E-mail: malcolm.robinson@greenbee.net
Fax: +44 1603255404
Internet address(es):
General address of the contracting authority: https://www.flagship-housing.co.uk/
Electronic access to information: https://www.flagship-housing.co.uk/supplier-zone
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Purchase
NUTS code UKH13
— Brand development/Corporate ID.
— Design, artwork and print services for a range of marketing collateral, including brand guidelines; corporate stationery; newsletters; brochures and customer information; signage and vehicle livery; advertisement design.
— Print management.
— Stock image library service.
22458000
— Brand development/Corporate ID.
— Design, artwork and print services for a range of marketing collateral, including brand guidelines; corporate stationery; newsletters; brochures and customer information; signage and vehicle livery; advertisement design.
— Print management.
— Stock image library service.
Estimated value excluding VAT:
Range: between 200 000 and 400 000 GBP
Description of these options: Initial contract period of 3 years, with an option to extend by further periods of up to a total of 12 months.
Number of possible renewals: Range: between 1 and 4
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
These are set out in the PQQ.
(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 on these turnovers is available.
These are set out in the PQQ.
Minimum level(s) of standards possibly required: These are set out in the PQQ.
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
These are set out in the PQQ.
Minimum level(s) of standards possibly required:
These are set out in the PQQ.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: These are set out in the PQQ.
Payable documents: no
Section VI: Complementary information
Estimated timing for further notices to be published: 3 or 4 years.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=90170949
GO Reference: GO-2014224-PRO-5483193
VI.5)Date of dispatch of this notice:24.2.2014