Promotional Print Tender
This tender is for the provision of Promotional Print and distribution services to our Group and its operating companies.
United Kingdom-London: Printed books, brochures and leaflets
2013/S 172-298184
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Go-Ahead Group
4 Matthew Parker Street
For the attention of: Rosella Tait
SW1H 9NP London
UNITED KINGDOM
E-mail: rosella.tait@go-ahead.com
Internet address(es):
General address of the contracting entity: http://www.go-ahead.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)Main activity
Railway services
Urban railway, tramway, trolleybus or bus services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
For the Provision Of Promotional Print.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 13
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 1 000 000 and 2 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
Go-Ahead is one of the UK’s leading providers of passenger transport, delivering bus and rail services to predominantly urban markets.
Our companies are significant contributors to the UK’s public transport infrastructure. Employing around 23,000 people across the country, over one billion passenger journeys are taken on our bus and rail services each year.
This tender is for the provision of Promotional Print and distribution services to our Group and its operating companies.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
We are looking to award a 2 year fixed price contract for all marketing promotional printing products, subject to franchise expiry dates and extensions.
– Lot 1: – Bus Promotional Print Products: This will be broken down by units This lot is mainly ad hoc requirements which varies from one operating company to another and is not necessarily seasonal (apart from the timetables).
— Leaflets;
— Magazine;
— Timetables;
— Posters;
— Booklets.
– Lot 2: – Rail Promotional Print Products: This will be broken down by units. This lot is mainly ad hoc requirements which varies from one operating company to another and is not necessarily seasonal.
— Leaflets;
— Magazine;
— Posters;
— Booklets.
Estimated value excluding VAT
Range: between 1 000 000 and 2 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals:
Range: between 1 and 2
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Bus Promotional Print
1)Short description:
– Lot 1: – Bus Promotional Print Products: This will be broken down by units This lot is mainly ad hoc requirements which varies from one operating company to another and is not necessarily seasonal (apart from the timetables).
— Leaflets;
— Magazine;
— Timetables;
— Posters;
— Booklets.
2)Common procurement vocabulary (CPV)
4)Indication about different date for duration of contract or starting/completion
Duration in months: 24 (from the award of the contract)
Lot No: 2 Lot title: Rail Promotional Print
1)Short description:
– Lot 2: – Rail Promotional Print Products: This will be broken down by units. This lot is mainly ad hoc requirements which varies from one operating company to another and is not necessarily seasonal.
— Leaflets;
— Magazine;
— Posters;
— Booklets.
2)Common procurement vocabulary (CPV)
4)Indication about different date for duration of contract or starting/completion
Duration in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details to be provided in the Invitation to tender document (ITT).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See III 1.1.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See III 1.1.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: Suppliers to express an interest by email to the person whose contact details are provided in I.1 A Pre-Qualification Questionnaire (PQQ) will be issued out to those that have expressed an interest. This PQQ will be available for completion and submission on an electronic platform called Iasta. Details of login and password will be provided at the time of receiving the PQQ. Supplier to complete ans submit their PQQ on Iasta by the designated date.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: Suppliers to express an interest by email to the person whose contact details are provided in I.1 A Pre-Qualification Questionnaire (PQQ) will be issued out to those that have expressed an interest. This PQQ will be available for completion and submission on an electronic platform called Iasta. Details of login and password will be provided at the time of receiving the PQQ. Supplier to complete ans submit their PQQ on Iasta by the designated date.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: Suppliers to express an interest by email to the person whose contact details are provided in I.1 A Pre-Qualification Questionnaire (PQQ) will be issued out to those that have expressed an interest. This PQQ will be available for completion and submission on an electronic platform called Iasta. Details of login and password will be provided at the time of receiving the PQQ. Supplier to complete ans submit their PQQ on Iasta by the designated date.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
To be confirmed upon reception of the PQQ.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.9.2013 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Please note that it is our intention to award the contract for 2 years, however this contract is subject to rail franchise periods and terms.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:4.9.2013