Supply of Signage Materials
14 Lots. Lot 1 — PVC. Lot 2 — DiBond. Lot 3 — Aluminium. Lot 4 — Laminates. Lot 5 — Vinyls.
United Kingdom-Leicester: Printed matter and related products
2015/S 063-110539
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Justice
4th Floor, Peat House, Leicestershire
Contact point(s): Sue Evans or Gemma Hurst
For the attention of: Sue Evans
LE1 6LP Leicester
UNITED KINGDOM
Telephone: +44 1162282024
E-mail: sue.evans01@noms.gsi.gov.uk
Fax: +44 1162282020
Internet address(es):
General address of the contracting authority: http://intranet.justice.gsi.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)
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
Main site or location of works, place of delivery or of performance: HMP Coldingley.
NUTS code UKJ
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The workshop manufactures a range of signage products including, but not limited to, signs, badges, pop up banners and tally’s for internal customers, i.e. National Offender Management Service (NOMS), Her Majesty’s Courts and Tribunal Service (HMCTS), Ministry of Justice (MoJ), and external commercial customers.
II.1.6)Common procurement vocabulary (CPV)
22000000, 24000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 2 — DiBond
Lot 3 — Aluminium
Lot 4 — Laminates
Lot 5 — Vinyls
Lot 6 — Inks
Lot 7 — Tapes
Lot 8 — Door & desk sign systems
Lot 9 — Sign Accessories
Lot 10 — Components to assembly Directory Boards
Lot 11 — Dome Badges
Lot 12 — Banners and Signs
Lot 13 — Other sign requirements
Lot 14 — Training on new products (if required).
Estimated value excluding VAT:
Range: between 400 000 and 560 000 GBP
II.2.2)Information about options
Description of these options: Options may be considered provided they show efficiencies and are of benefit to the service provided.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Lot 1 — PVC
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 2Lot title: Lot 2 — DiBond
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 3Lot title: Lot 3 — Aluminium
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 4Lot title: Lot 4 — Laminates
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 5Lot title: Lot 5 — Vinyls
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 6Lot title: Lot 6 — Inks
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 7Lot title: Lot 7 — Tapes
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 8Lot title: Lot 8 — Door & desk sign systems
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 9Lot title: Lot 9 — Sign Accessories
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 10Lot title: Lot 10 — Components to assemble Directory Boards
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 11Lot title: Lot 11 — Dome Badges
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 12Lot title: Lot 12 — Banners and Signs
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 13Lot title: Lot 13 — Other sign accessories
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Lot No: 14Lot title: Lot 14 — Training
1)Short description
2)Common procurement vocabulary (CPV)
22000000, 24000000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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
Description of particular conditions: The Authority’s requirements are set out in the Invitation to Tender (RFI).
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: The Authority’s requirements are set out in the Invitation to Tender (RFI).
III.2.3)Technical capacity
The Authority’s requirements are set out in the Invitation to Tender (RFI).
Minimum level(s) of standards possibly required:
The Authority’s requirements are set out in the Invitation to Tender (RFI).
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
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.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Ministry of Justice will be performing events through its eSourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Requests for Information, Requests for Quotes or Requests for Proposals via the internet rather than in paper form (where they have been invited to respond). The eSourcing Portal can also be used by the Ministry of Justice to run reverse auctions.
To express an interest in this event please send an email to: sue.evans01@noms.gsi.gov.uk or gemma.hurst@noms.gsi.gov.uk, stating the following: Company Name, Your Name, Contact email.Sourcing Reference number: e.g. 4433-2-Industrial Goods-MID-RFI
The buyer will then contact you with the registration process, if you are not already registered on the Ministry of Justice eSourcing Portal.
2. Transparency
HM Government requires that tender documentation issued by government departments for contracts with a value exceeding 10 000 GBP over the life of the contract are published online (http://www.contractsfinder.businesslink.gov.uk) for the general public. The resulting contract shall also be published.
The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published.
Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/guidance/docs/foi-exemption-s43.pdf
The prescribed grounds for redaction are:
(a) national security;
(b) personal data;
(c) information protected by intellectual property law;
(d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000)
(e) third party confidential information;
(f) IT security; or
(g) prevention of fraud.
3. New Government Security Classifications
From 2.4.2014, the Government is introducing its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this requirement. The link below to the Goov.uk website provides information on the new GSC: https://www.gov.uk/government/publications/government-security-classifications
VI.4.1)Body responsible for appeal procedures
Ministry of Justice
UNITED KINGDOM
E-mail: sue.evans01@noms.gsi.gov.uk
VI.4.2)Lodging of appeals
Appeals and challenges should be communicated through the Ministry of Justice eSourcing portal.
VI.5)Date of dispatch of this notice: