Tender for External Direct Printing Services
Newcastle University invites suppliers to tender for its External Direct Print Framework.
United Kingdom-Newcastle upon Tyne: Printed books, brochures and leaflets
2016/S 027-043330
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Newcastle University
King’s Gate
Contact point(s): www.ncl-tenders.co.uk/suppliers
For the attention of: Dave Anderson
NE1 7RU Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912085360
E-mail: procurement@ncl.ac.uk
Fax: +44 1912088845
Internet address(es):
General address of the contracting authority: www.ncl.ac.uk
Address of the buyer profile: www.ncl-tenders.co.uk/suppliers
Electronic access to information: www.ncl-tenders.co.uk/suppliers
Electronic submission of tenders and requests to participate: www.ncl-tenders.co.uk/suppliers
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
Purchase
NUTS code UKC22
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: 8
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: 3 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
This framework contract includes the litho and/or web press printing and delivery of the University’s four, two and single-colour externally printed publications.
This framework contract excludes the Undergraduate Prospectus, stationery, and a number of print runs for international usage that are produced in-country.
This framework contract also excludes companies not directly printing the product but offering print procurement and management services only, as this function is managed internally through the University’s dedicated Marketing and Publications Team.
II.1.6)Common procurement vocabulary (CPV)
22100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
This framework contract includes the litho and/or web press printing and delivery of the Universitys 4, 2 and single-colour externally printed publications.
This framework contract excludes the Undergraduate Prospectus, stationery, and a number of print runs for international usage that are produced in-country.
This framework contract also excludes companies not directly printing the product but offering print procurement and management services only, as this function is managed internally through the University’s dedicated Marketing and Publications Team.
We anticipate appointing between 6 and 8 suppliers to this framework which will be for an initial 24 month period (from 19.2.2016), with a possible 2 12-month extensions possible to 18.2.2019 and 18.2.2020 respectively.
Estimated value excluding VAT: 3 500 000 GBP
II.2.2)Information about options
Description of these options: Option of 2 x 1 year extensions at end of initial 2 year contract term.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 2
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:
depending on the status of the supplier.
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.2.1)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 contract should not account for more than 50 % of the Tenderers annual turnover.
III.2.3)Technical capacity
As detailed in the Invitation to Tender Document.
Minimum level(s) of standards possibly required:
As detailed in the Invitation to Tender Document.
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.1.3)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.3.6)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
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: