Print Services for Cheshire West and Chester Council
Printing services covering general requirements, Borough Newsletter, bus passes and end of year billing.
United Kingdom-Chester: Printed matter and related products
2014/S 195-345095
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cheshire West and Chester Council
Central Procurement Unit, HQ, 58 Nicholas Street
For the attention of: Ms Tina Miller
CH1 2NP Chester
UNITED KINGDOM
Telephone: +44 1244972784
E-mail: tina.miller@cheshirewestandchester.gov.uk
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 15: Publishing and printing services on a fee or contract basis
Main site or location of works, place of delivery or of performance: Cheshire West and Chester Council, HQ, 58 Nicholas Street, Chester, CH1 2NP.
NUTS code UKD22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 900 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
22000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 900 000 GBP
II.2.2)Information about options
Description of these options: Option to extend for further 12 months.
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: General Printing Requirements
1)Short description
2)Common procurement vocabulary (CPV)
22000000
3)Quantity or scope
Over the contract term no work is guaranteed with any supplier; as job requirements arise appointed suppliers will be contacted to provide quotes for the individual jobs
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2Lot title: Borough Newsletter
1)Short description
2)Common procurement vocabulary (CPV)
22000000
3)Quantity or scope
Talking Together is a channel for the Council to relay its corporate messages to the community. It is exciting, innovative and is able to communicate the Councils corporate priorities: Customer First, Best Practice, and Value for Money.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3Lot title: Bus Passes
1)Short description
2)Common procurement vocabulary (CPV)
22000000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4Lot title: Year End Council Tax Bills, NDR and Benefits Print, Fulfilment and Postage
1)Short description
2)Common procurement vocabulary (CPV)
22000000
3)Quantity or scope
Due to the confidentiality of the Councils Personal Data, the supplier shall be required to sign a non-disclosure agreement in line with the Data Protection Act 1998.
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
As set out in the tender documentation.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the tender documentation.
III.2.3)Technical capacity
As set out in the tender documentation.
Minimum level(s) of standards possibly required:
As set out in the tender documentation.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Every 3 years unless extension is taken then every 4 years.
VI.2)Information about European Union funds
VI.3)Additional information
This contract is being procured using an e-tendering system called ‘The Chest’. If you are not currently registered you must first register at www.The-Chest.org.uk
You will be able to search current opportunities via the ‘Organisation’ drop down menu for Cheshire West and Chester tenders. Select the particular opportunity from the list and register interest; you will then be able to find further information by accessing the tender documentation. The closing date for receipt of tenders via The Chest is 12:00 noon 21.1.2014. No manual submissions will be allowed.
Please do not call the Procurement Department to find out initial details of this opportunity-all instructions and details of this opportunity will be found in the ITT pack once you have accessed it. Any clarification questions MUST be raised via The Chest in the Questions and Answers section. Any notifications regarding this opportunity will be raised via The Chest. It is your responsibility to be aware of any updates.
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
Any appeal during this period shall be addressed to:
The Head of Governance, Cheshire West and Chester Council, HQ, 58 Nicholas Street, Chester CH1 2NP, United Kingdom.
If the appeal is not successfully resolved contractors may commence legal action for breach of duty in the High Court in accordance with Regulation 47, within 3 months of the date when grounds for starting proceedings first arose.
VI.5)Date of dispatch of this notice: