Print and Fulfilment Services Newcastle-upon-Tyne
sos is seeking to appoint a supplier of printed materials who can provide Isos with a range of branded and non-branded printed items and is capable of: holding and managing stock; offering supply chain support; offering design support.
United Kingdom-Newcastle-upon-Tyne: Printing and related services
2014/S 136-244535
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Isos Housing Limited
5 Gosforth Park Avenue, Gosforth Business Park
For the attention of: Daniel Gibson
NE12 8EG Newcastle-upon-Tyne
UNITED KINGDOM
Telephone: +44 3001505
Internet address(es):
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA18221
Further information can be obtained from: Isos Housing Limited
5 Gosforth Park Avenue, Gosforth Business Park
NE12 8EG Newcastle-upon-Tyne
UNITED KINGDOM
Telephone: +44 3001505
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Isos Housing Limited
5 Gosforth Park Avenue, Gosforth Business Park
NE12 8EG Newcastle-upon-Tyne
UNITED KINGDOM
Telephone: +44 3001505
Tenders or requests to participate must be sent to: Isos Housing Limited
5 Gosforth Park Avenue, Gosforth Business Park
NE12 8EG Newcastle-upon-Tyne
UNITED KINGDOM
Telephone: +44 3001505
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: North East England.
NUTS code UKC
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
— holding and managing stock
— offering supply chain support
— offering design support
— direct delivery to Isos tenants
— adding value
As such bidders will be required to demonstrate the highest standards in manufacture and adherence to an appropriate quality management system.
Isos is committed to sustainable procurement of printed materials and is seeking a partner who is similarly committed. Bidders should be prepared to evidence their commitment to the environment by way of external accreditation such as holding Forestry Stewardship Council status or equivalent.
Isos currently operates as several directorates with multiple budget holders capable of ordering print within each. Isos is seeking a partner who can effectively manage this process and act as an extension of the Marketing & Communications team in becoming a brand guardian for Isos in addition to centrally managing print runs and held stocks. Isos is seeking to maximise value through transactions made during the proposed term.
Isos is keen to explore an online ordering portal, or a similar system which allows multiple purchasers throughout the organisation to order standard printed items whilst an overarching management of the contract is maintained by the Marketing & Communications team.
The ability to print and fulfil directly to Isos tenants throughout North East England is a key requirement of the contract, therefore bidders should be able to demonstrate their experience and ability to offer a range of fulfilment services along with an appropriate robustly accredited Data Protection approach.
Isos spends in excess of 150k GBP including VAT per year on printing and fulfilment services and associated services. It is anticipated that any contract awarded following this tender process will remain in place for a minimum of 3 years, with an option to extend by a further two subject to performance and final contract. As such Isos are seeking to appoint a partner who will work with Isos to improve all aspects of our approach to printing and fulfilment. Bidders are encouraged to take note of Isos’ ambitious growth plans which may result in the value of this contract increasing during the anticipated term.
II.1.6)Common procurement vocabulary (CPV)
79800000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: Bidders must be able to demonstrate commitment to preservation of the environment via external accreditation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
(1) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(2) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(4) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 2020.
VI.3)Additional information
VI.5)Date of dispatch of this notice: