Durham County Council Print and Mailing Services Contract
Framework panel of 4 suppliers for print and mailing services.
United Kingdom-Durham: Printing services
2019/S 070-165393
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Corporate Procurement, County Hall
Durham
DH1 5UL
United Kingdom
Contact person: Steven Saville
E-mail: steven.saville@durham.gov.uk
NUTS code: UKC14
Address of the buyer profile: www.nepo.org
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework for Print and Mailing Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Durham County Council (the Council) has its own internal design and print department. The department’s professional and highly qualified staff along with effective use of the latest technology enables the Council’s Design and Print section to offer a high quality service providing the majority of design, promotional, print and mailing needs of the Council
The printing and mailing capabilities of the Council’s Design and Print are however limited and therefore the Council wishes to set up a framework panel of 4 suppliers who are cost effective with good levels of quality, are capable of delivering within short timescales, comply with current legislation and are recognised as an environmentally responsible organisations.
Suppliers will be required to provide a comprehensive, effective, efficient and economic service for the supply display printing and mailing requirements within the scope of this Framework. Please see below the variety of items that can be required (please note this
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
Durham County Council (the Council) has its own internal design and print department. The department’s professional and highly qualified staff along with effective use of the latest technology enables the Council’s Design and Print section to offer a high quality service providing the majority of design, promotional, print and mailing needs of the Council
The printing and mailing capabilities of the Council’s Design and Print are however limited and therefore the Council wishes to set up a framework panel of four suppliers who are cost effective with good levels of quality, are capable of delivering within short timescales, comply with current legislation and are recognised as an environmentally responsible organisations.
Suppliers will be required to provide a comprehensive, effective, efficient and economic service for the supply display printing and mailing requirements within the scope of this framework. Please see below the variety of items that can be required (please note this list is not exhaustive):
— a full colour perfect bound booklet or brochure with UV/ machine sealed cover,
— a full colour magazine,
— an A4+ full colour folder with at least 5 mm capacity glued pocket. With examples of gloss and matt finish,
— full colour newsletter on coated and uncoated stock,
— full colour A4 6pp leaflet folded to 1/3 A4. Examples of coated and uncoated stock,
— C5 Window Mailing Envelope,
— A5 Greeting Card,
— business card (heavy card stock),
— A4 full colour digital newsletter,
— A3 full colour digital poster,
— full colour digital postcard.
It is estimated the annual average spend on this framework is approximately 100 000 GBP this figure is provided as an estimate only and we cannot guarantee future levels of expenditure.
The Council will award places on the framework to a maximum of 4 suppliers. The 4 suppliers with the highest scores following the evaluation of this framework will be successful. Each individual request for quotation will then be carried out via a further competition based on 100 % price, which will be issued via the NEPO portal.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
1 x 24 month extension.
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
III.1.3)Technical and professional ability
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
Electronic seal.
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
United Kingdom
E-mail: tcc.issue@hmcts.gsi.gov.ukInternet address: www.judiciary.gov.uk
VI.5)Date of dispatch of this notice: