Printing Services Tender
Printing Framework – maximum of 21 suppliers. AHDB wishes to appoint print suppliers who can provide cost effective and quality printed literature.
United Kingdom-Kenilworth: Printing services
2014/S 194-343054
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Agriculture and Horticulture Development Board (AHDB)
Stoneleigh Park
For the attention of: Danielle McGugan
CV8 2TL Kenilworth
UNITED KINGDOM
E-mail: procurement@ahdb.org.uk
Internet address(es):
General address of the contracting authority: www.ahdb.org.uk
Electronic access to information: http://www.ahdb.org.uk/about/procurement.aspx
Electronic submission of tenders and requests to participate: http://www.ahdb.org.uk/about/procurement.aspx
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
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
NUTS code UK,UKG13
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: 21
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 180 000 and 2 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
Projects can range from a small A7 card to a detailed manual of 12-224 pages.
All projects are to be produced in a consistent and colour matched fashion, with no deviation from the initial press calibrated colour proofs supplied.
Suppliers will be required for the provision of a range of print services.
II.1.6)Common procurement vocabulary (CPV)
79810000, 79800000
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:
Range: between 18 000 000 and 22 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Lithographic printing
1)Short description
2)Common procurement vocabulary (CPV)
22100000, 79810000
3)Quantity or scope
Range: between 1 300 000 and 1 400 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Digital printing
1)Short description
2)Common procurement vocabulary (CPV)
79810000
3)Quantity or scope
Range: between 65 000 and 70 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 3Lot title: Labels
1)Short description
2)Common procurement vocabulary (CPV)
79810000
3)Quantity or scope
Range: between 115 000 and 130 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 4Lot title: Point of sale (POS)
1)Short description
2)Common procurement vocabulary (CPV)
79810000
3)Quantity or scope
Range: between 87 000 and 95 000 GBP
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
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:
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Details will be requested as part of the pre qualification questionnaire.
III.2.3)Technical capacity
Details will be requested as part of the pre qualification questionnaire.
Minimum level(s) of standards possibly required:
Details will be requested as part of the pre qualification questionnaire.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
Objective criteria for choosing the limited number of candidates: Scoring in PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Procurement officers.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: April 2018
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: