Network Rail Promotional Merchandise Framework 2017
Lot 1 – Standard Products. Lot 2 – Bespoke Products.
United Kingdom-Milton Keynes: Information and promotion products
2017/S 050-092593
Contract notice – utilities
Supplies
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
The Quadrant:MK, Elder Gate
Milton Keynes
MK9 1EN
United Kingdom
Telephone: +44 7710960508
E-mail: emma.squires@networkrail.co.uk
NUTS code: UK
Address of the buyer profile: www.networkrail.co.uk/tender-opportunities
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Supply of Promotional Merchandise.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Network Rail wishes to enter into framework agreements with suitably experienced suppliers to design, produce and supply a range of standard and bespoke Network Rail or business specific branded promotional merchandise products.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 — Standard Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Network Rail wishes to enter into framework agreements with a suitably experienced supplier to design, produce and supply a range of Network Rail of business specific branded promotional merchandise products. Network Rail has numerous locations throughout England, Scotland and Wales and deliveries may be required to any of these locations as part of this contract.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Re-tender for Promotional Merchandise.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 — Bespoke Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Network Rail wishes to enter into framework agreements with 2 — 3 suitably experienced suppliers to design, produce and supply a range of Network Rail or business specific branded Promotional Merchandise bespoke products.
Network Rail will issue briefs as and when bespoke products are required to the awarded Suppliers. The Suppliers must interpret each brief and work with Network Rail and any other relevant third parties (for example design or advertising agencies) to creatively design, produce and supply the bespoke products.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Re-tender of Promotional Merchandise.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to the Pre-Qualification Questionnaire and Invitation to Tender documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
Please refer to the Pre-Qualification Questionnaire and Invitation to Tender documentation.
III.1.6)Deposits and guarantees required:
Participants will be advised during the course of this tender process whether or not these are required. Parent company guarantees and other financial and performance guarantees may be requested as deemed appropriate.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Participants will be advised during the course of this tender process whether or not these are required.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the Pre-Qualification Questionnaire and Invitation to Tender documentation.
III.2.2)Contract performance conditions:
Please refer to the Pre-Qualification Questionnaire and Invitation to Tender documentation.
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Strand
London
WCA 2LL
United Kingdom
VI.4.3)Review procedure
Network rail will incorporate a 10 calendar day standstill period after notification to unsuccessful participants and until such a point will not enter into a contract for this requirement. Participants considering lodging an appeal must do so within this timescale in order to allow Network Rail to consider such an appeal. Successful appeals after the conclusion of contract award can only be dealt with through the processes available as described above.
VI.5)Date of dispatch of this notice:
Related Posts
Supply and Delivery of Specialist Printed Goods
South Cambridgeshire District Council Print Framework Contract
BBC Countryfile Calendar Design and Production Contract
Print Management Services Tender London