Supply of Digital Wide Format Printers
The United Kingdom Hydrographic Office wishes to establish a 3 year with 2 x 1 year options framework agreement for the supply/provision of digital wide format printer(s) with Memjet or equivalent technology, paper stacker, consumables and support requirements.
United Kingdom-Taunton: Inkjet printers
2014/S 100-174373
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
UKHO
Procurement, UK Hydrographic Office, Admiralty Way
For the attention of: Mr Brian Stenson
TA1 2DN Taunton
UNITED KINGDOM
Telephone: +44 1823320627
E-mail: brian.stenson@ukho.gov.uk
Fax: +44 1823326885
I.2)Type of the contracting authority
I.3)Main activity
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
Purchase
Main site or location of works, place of delivery or of performance: UK Hydrographic Office, Admiralty Way, Taunton, TA1 2DN.
NUTS code UKK23
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 3
II.1.5)Short description of the contract or purchase(s)
The UKHO may purchase more than one solution at the time of entering into contract or at a later date as stated at section 4 sub-section 5 and it reserves the right to purchase a solution from one or more of the tenderers. The authority’s requirements are more fully described in Section 5 of the Invitation To Tender (ITT).
II.1.6)Common procurement vocabulary (CPV)
30232150, 30232100
II.2.1)Total quantity or scope:
The chosen devices will have high demands placed upon them, operating regularly for a full 14 hours per day 5 days per week with a required minimum output of 250 AO colour prints per hour with an image quality that equals or exceeds 800 x 1600 dpi and the dimensions must be 1:1 there must be no size distortion and file size must be replicated accurately and repeatedly consistent. Any devices must meet the mandatory requirements set out in the invitation to tender.
The below estimated cost range per device for 3 years consists of the following:
Capital expenditure for printer, stacker, delivery and training – 100 000 GBP – 150 000 GBP.
Annual running costs with a usage of 962 000 AO colour prints (consumables, service and support) – 100 000 GBP – 225 000 GBP.
Estimated value excluding VAT:
Range: between 400 000 and 825 000 GBP
II.2.2)Information about options
Description of these options: The option to purchase further solution(s) or part thereof and folder(s) as outlined further in the invitation to tender.
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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.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 26.5.1972 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 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Please see invitation to tender.
III.2.2)Economic and financial ability
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Please see Invitation To Tender
Minimum level(s) of standards possibly required: Please see invitation to tender.
III.2.3)Technical capacity
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
Information and formalities necessary for evaluating if requirements are met:
Please see invitation to tender.
Minimum level(s) of standards possibly required:
Please see invitation to tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
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.3)Additional information
The link to ProContract is as below:
https://ukhocontracts.ukho.gov.uk/procontract/ukho/supplier.nsf/frm_home?openForm
VI.5)Date of dispatch of this notice: