General Print Work Tender
Lot 1a: General Print Work (low volumes).
United Kingdom-Crawley: Printing and related services
2019/S 224-549837
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Town Hall, The Boulevard
Town: Crawley
NUTS code: UKJ2
Postal code: RH10 1UZ
Country: United Kingdom
Contact person: Procurement Team
E-mail: procurement@crawley.gov.uk
Telephone: +44 1293438000
Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Home
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Crawley BC, Horsham DC, Mid Sussex DC and Mole Valley DC Print Framework Agreement
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crawley Borough Council, Horsham District Council, Mid Sussex District Council and Mole Valley District Council are looking for suppliers who are able to undertake the following print and associated services:
Lot 1a: General Print Work (low volumes);
Lot 1b: General Print Work (high volumes);
Lot 2: General Signage;
Lot 3: Bulk and small mailing envelopes; and
Lot 4: Mailing.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
General Print — Low Volumes
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of low volume general print services. Further information can be found in the specification and associated tender documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by 12 months subject to performance and at the Councils’ absolute discretion.
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
II.2.1)Title:
General Print — Large Volumes
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of high volume general print services. Further information can be found in the Specification and associated tender documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by 12 months subject to performance and at the Councils’ absolute discretion.
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
II.2.1)Title:
General Signage
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of general signage printing services. Further information can be found in the specification and associated tender documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for an additional 12 months subject to performance and at the Councils’ absolute discretion.
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
II.2.1)Title:
Bulk and Small Mailing Envelopes
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of bulk and small mailing envelopes printing. Further information can be found in the specification and associated tender documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend by a further period of 12 months subject to performance and the Councils’ absolute discretion.
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
II.2.1)Title:
Mailing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of mailing printing services. Further information can be found in the Specification and associated tender documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for an additional 12 months subject to performance and the Councils’ absolute discretion.
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
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
III.1.2)Economic and financial standing
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Not applicable
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.4.1)Review body
Postal address: Strand, Holborn
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited and any such proceedings must be brought in the High Court of England and Wales.
VI.5)Date of dispatch of this notice: