Graphic Design Services Tender Durham
Design and Print Framework for University of Durham.
United Kingdom-Durham: Graphic design services
2014/S 067-115263
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Durham
Procurement Service, Mountjoy Centre, Holly Wing, Stockton Road
For the attention of: Lyndsay Keane
DH1 3LE Durham
UNITED KINGDOM
Telephone: +44 1913344530
E-mail: l.v.keane@durham.ac.uk
Fax: +44 1913344539
Internet address(es):
General address of the contracting authority: www.durham.ac.uk
Address of the buyer profile: http://events.transaxions.com/service.aspx?event=6712
Electronic access to information: As in above mentioned contact point(s)
Electronic submission of tenders and requests to participate: As in above mentioned contact point(s)
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)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
Other: Research
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
OJEU13/020 – Design and Print Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 15: Publishing and printing services on a fee or contract basis
NUTS code UKC1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 5 375 636 GBP
II.1.5)Short description of the contract or purchase(s)
Durham University aims to build upon the success of an already established framework of agencies for design and print (including fulfilment) by inviting expressions of interest for the new contract for a duration of 4 years.
The framework of agencies has been set up to aid the University in taking a more cohesive and strategic approach to all marketing activity. We encourage colleges and departments to take a holistic view of their marketing activity and to achieve synergy across different communications channels.
With that in mind the University wishes to put in place a framework agreement to encompass Design and Printing (including Stationery, Security Printing, and other publications including Alumni and Undergraduate Prospectus and Departmental/College Marketing Material).
To express an interest please go to the following website:
http://events.transaxions.com/service.aspx?event=6712
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Total expenditure over 4 years is approximately GBP 5,375,636 or GBP 1,343,909 per year.
Estimated value excluding VAT: 5 375 636 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.9.2014. Completion 31.8.2018
Information about lots
Lot No: 1 Lot title: Creative Design
1)Short description
The University requires suppliers to provide a range of design activities from small web design projects to large University projects for varying media. Suppliers will be required to demonstrate strategic thought and provide creative solutions to problems, whilst following brand guidelines and working in partnership with other Framework Suppliers.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT: 2 163 158 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Printed Stationery
1)Short description
To provide stationery items: compliment slips, letterheads and business cards, to include an element of fulfilment and typesetting.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT: 1 133 100 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Security Printing
1)Short description
Production of payslips.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT: 20 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Print and Fulfilment
1)Short description
To provide a print and fulfilment service to cover all print, storage and fulfilment of varying volumes and complexities.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Estimated value excluding VAT: 2 059 378 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Requested in Pre-Qualification Questionnaire.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Requested in Pre-Qualification Questionnaire. Please go to the following link to see the Durham University exclusion criteria document:
http://events.transaxions.com/service.aspx?event=6712
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 10: and maximum number 30
Objective criteria for choosing the limited number of candidates: Following evaluation of the Pre-Qualification Questionnaire, it is anticipated that the following number of suppliers will be invited to the tender stage:
Lot 1 – 12 suppliers;
Lot 2 – 3 suppliers;
Lot 3 – 3 suppliers;
Lot 4 – 9 suppliers.
The University reserves the right to invite more or less suppliers than those indicated above dependant upon the outcome of the Pre-Qualification evaluation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
OJEU13-020 Design and Print Framework
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 1.5.2014 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
1.5.2014 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
24.5.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 30.6.2014 – 12:00
Place:
Durham.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised University personnel using the eSourcing system.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 1.9.2017.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the invitation to tender in dialogue and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
As in section V1.4.2 below
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The communication will be in the form of a letter which will be issued electronically. The letter will provide a full debrief and contact details should a tenderer wish to appeal the decision. The timescale for appeals will be detailed in the letter.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:1.4.2014