Printing Services Tender London Borough of Hammersmith and Fulham
Framework agreement for printing services.
UK-London: printing services
2012/S 42-068827
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Hammersmith and Fulham
Town Hall, King Street, Hammersmith
W6 9JU London
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://www.lbhf.gov.uk/
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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
London Borough of Hounslow
Civic Centre, Lampton Road
TW3 4DN Hounslow
UNITED KINGDOM
London Borough of Wandsworth
The Town Hall, Wandsworth High Street, London
SW18 2PU Wandsworth
UNITED KINGDOM
London Borough of Hammersmith & Fulham
Town Hall, King Street, Hammersmith
W6 9JU London
UNITED KINGDOM
Section II: Object of the contract
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: London Borough of Hammersmith & Fulham and other London local authorities or Publicly funded bodies.
NUTS code UKI
maximum number of participants to the framework agreement envisaged: 36
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:
Range: between 4 000 000,00 and 8 000 000,00 GBP
79810000, 22900000
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 4 000 000,00 and 8 000 000,00 GBP
Information about lots
Lot No: 1 Lot title: Litho Printing up to SRA1/B1 & up to 4 colours
79810000
Range: between 450 000,00 and 850 000,00 GBP
Framework agreement for printing services.
79810000
Range: between 675 000,00 and 1 000 000,00 GBP
Framework agreement for printing services.
79810000
Range: between 90 000,00 and 250 000,00 GBP
Framework agreement for printing services.
79810000, 31682230, 22900000
Range: between 30 000,00 and 70 000,00 GBP
Framework agreement for printing services.
Section III: Legal, economic, financial and technical information
Information and formalities necessary for evaluating if the requirements are met: As set out in the pre-qualification questionnaire (PQQ) available from the London tenders portal (see VI.3). Economic operators will be excluded from being invited to tender where any of the grounds for mandatory rejections as set out in Regulation 23 of the Public Contract Regulations 2006 apply (further details can be found at: http://www.opsi.gov.uk/si/si2006/20060005.htm).
All tenderers will be required to sign a certificate of good standing which is set out in the pre-qualification questionnaire (PQQ).
Tenderers will be required to provide the documentation or information as set out in the PQQ, or as may be required by the Contracting Authority.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Track record of providing services to public, private or not-for-profit sectors. Business processes including QA policies. Financial stability inc turnover criteria and minimum insurance requirements.
Payable documents: no
Section VI: Complementary information
It is the intention that the framework will be available to other Local Authorities to join within the Greater London area (listed at http://www.london.gov.uk/who-runs-london/london-boroughs/list-boroughs). The Authority (LB Hammersmith & Fulham) plans to complete a review of all of its corporate services (inc printing services) by the autumn of 2013 and, as a consequence, it may configure this service differently by including all or part under a facilities management arrangement. All providers on the framework will be notified of any proposed changes in the Summer of 2013. Other participating bodies will utilise the framework throughout its full duration. The tendering exercise is being undertaken through the London tenders portal (url: https://londontenders.org). You will need to register an interest on the system in order to participate, and registration is free. By registering you will also receive e-mail notifications of other relevant opportunities when they arise from the participating organisations (as listed on the website).
If you are already registered access to the portal using ths following link, or if you have not registered, use the link to create a profile http://www.londontenders.org/procontract/suppliers.nsf/frm_home?openForm.
On the right-hand side of the page use the various links to:
> Register for free.
> Reset pasword.
> User name reminder.
If you are registering for the first time the system provides a supplier regisration wizard and you will need to complete each step. Once you have completed your registration application form it will be reviewed. If another person within your organisation has previously registered an interest on the system your application will be rejected and an e-mail explaining why will be sent to you. You will need to contact that person within your organisation that is already registered and have them set up an account for you. once your application has been accepted you will receive an e-mail informing you of this and giving you a username and password, you will then be able to access this opportunity (and others that may be on the system).
Once economic operators have registered an interest on the portal they will have access to the PQQ document for completion and return via the portal. The Council will evaluate all completed PQQ’s and select a shortlist of tenderers. If you are successful in being shortlisted to tender you will be notified accordingly and you will be given access, via the Portal, to a full set of tender documents. These documents must be completed and returned by the date stated in IV3.4 and/or specified in the tender documents.
Full details of the tender evaluation criteria will be provided in the tender documentation. The Contracting Authority reserves the right to make no award of contract, and is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
Tenderers should make themselves familiar with the appropriate guidance and/or codes of practice that are currently in force and issued by statutory commissions set up by UK Government. These are:
(a) the Commission for Racial Equality (web site address: www.cre.gov.uk)
(b) the Equal Opportunities Commission (web site address: www.eoc.org.uk)
(c) the Disability Rights Commission (web site address: www.drc-gb.org)
From October 2007, the work of the Commissions set out at (a), (b) and (c) above will be amalgamated and be carried out by a new Commission for Equality and Human Rights (web site address: www.cehr.org.uk).
It will be a condition of contract that the successful contractor will be required to comply with the Council’s equal opportunities policy that can be found on its web site www.lbhf.gov.uk.
The authority has an environmental policy (web site address: http://www.lbhf.gov.uk/Images/Councils_Policy_on_the-environment_tcm21-79944.pdf) and is committed to using the most environmentally and socially responsible goods and services consistent with good performance and encourages all its contractors and suppliers to do the same.
Once in place, all work above 5 000 GBP will be procured from firms on the framework agreement, identified by means of a “mini-competition” conducted each time a piece of work is required. Each job commissioned will therefore be awarded in accordance with the Authority’s contract standing orders or those of participating bodies. All firms on the framework agreement will be appointed on a “no commitment” basis – i.e. the Authority (or other participating organisation) will call off services on an as and when basis and therefore does not guarantee a minimum volume of work.
The framework for print services may be taken up by other local authorities (set out in Annex A) and others in the London area. The individual authority location may therefore relate to NUTS location codes UKI1-inner London or UKI2-outer London.
The London Borough of Hammersmith & Fulham undertakes to use its best endeavours to hold confidential any information provided in the proposal submitted, subject to the Council’s obligations under law, including the Freedom of Information Act 2000. Further to item II.1.4, the number of suppliers invited to tender will depend on the quality of responses received, but will be sufficient to ensure genuine competition.
Applicants must request, complete and return a pre tender questionnaire by the time and date specified above (paragraph IV.3.4) Answers given with corroboration from references obtained will form the basis of selection to the tender process.
Information about lots.
Lot no: 1.
2) Common procurement vocabulary (CPV):
Additional object(s) 78224000.
Lot no: 2.
2) Common procurement vocabulary (CPV):
Additional object(s) 78224000.
Lot no: 3.
2) Common procurement vocabulary (CPV):
Additional object(s) 78100000.
Supplementary vocabulary TA40.
High Court
UNITED KINGDOM
And that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address in section I.1. If an appeal regarding the award of a framework agreement 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 framework agreement has not been entered into, the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the framework agreement has been entered into the court may only award damages.
VI.5)Date of dispatch of this notice:27.2.2012