Tender for Print and Related Services London
The College currently has a need for the production of, but is not limited to, business stationery, leaflets and brochures, prospectus, display graphics and promotional items, both on a scheduled and ad-hoc basis.
United Kingdom-London: Leaflets
2013/S 177-305226
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Westminster Kingsway College
211 Grays Inn Road
For the attention of: Bruce Murray – Expense Reduction Analysts
WC1X 8RA London
UNITED KINGDOM
Telephone: +44 7500770518
E-mail: b.murray@erauk.net
Internet address(es):
General address of the contracting authority: http://www.westking.ac.uk/home/
Address of the buyer profile: http://www.expense-reduction.co.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
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Print and Related Services
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
NUTS code UKI11
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
maximum number of participants to the framework agreement envisaged: 12
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 375 000 and 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
Print and related services. The College currently has a need for the production of, but is not limited to, business stationery, leaflets and brochures, prospectus, display graphics and promotional items, both on a scheduled and ad-hoc basis. The College operates its own internal marketing team and depending on individual project requirements there may be a requirement for graphic design services to assist the marketing team.
II.1.6)Common procurement vocabulary (CPV)
22140000, 22150000, 22160000, 79811000, 79821000, 79822500, 79823000, 79824000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)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:
Print and related services. The College currently has a need for the production of, but is not limited to, business stationery, leaflets and brochures, prospectus, display graphics and promotional items, both on a scheduled and ad-hoc basis. The College operates its own internal marketing team and depending on individual project requirements there may be a requirement for graphic design services to assist the marketing team.
Estimated value excluding VAT:
Range: between 375 000 and 500 000 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: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: General Printing
1)Short description
General printing requirements of the College including business stationery, operational print, leaflets and brochures, large format graphics and display material
2)Common procurement vocabulary (CPV)
22140000, 22150000, 22160000, 79811000, 79821000, 79822500, 79823000, 79824000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Prospectus Printing
1)Short description
The College produces a number of prospectus documents during the year
2)Common procurement vocabulary (CPV)
22140000, 22150000, 22160000, 79811000, 79821000, 79822500, 79823000, 79824000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Promotional/branded Items
1)Short description
The College has a requirement for lanyards, t-shirts, balloons, badges, and a range of adhoc promotional print requirements
2)Common procurement vocabulary (CPV)
22140000, 22150000, 22160000, 79811000, 79821000, 79822500, 79823000, 79824000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require parent or ultimate holding company guarantees and/or performance bond
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment to be made in accordance with the standard College payment terms within 30 days of valid invoice
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Details to be provided in the Invitation to tender documents (ITT)
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: Supplier to express an interest by email to the person whose contact details are provided in section I.1 A Pre-qualification questionnaire (PQQ) will be issued to the person who expressed interest when the tender goes live. This PQQ will be available for completion and submission on an electronic platform called Panacea. Details of login and password will be provided at the time of receiving the PQQ. Project deadlines will also be available on this platform.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Supplier to express an interest by email to the person whose contact details are provided in section I.1 A Pre-qualification questionnaire (PQQ) will be issued to the person who expressed interest when the tender goes live. This PQQ will be available for completion and submission on an electronic platform called Panacea. Details of login and password will be provided at the time of receiving the PQQ. Project deadlines will also be available on this platform.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Supplier to express an interest by email to the person whose contact details are provided in section I.1 A Pre-qualification questionnaire (PQQ) will be issued to the person who expressed interest when the tender goes live. This PQQ will be available for completion and submission on an electronic platform called Panacea. Details of login and password will be provided at the time of receiving the PQQ. Project deadlines will also be available on this platform.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6
Objective criteria for choosing the limited number of candidates: Objective criteria for choosing the limited number of candidates: Applicants will be invited to tender if they meet Westminster Kingsway College’s requirements in terms of:— technical competence;— company background/history;— financial stability;— safety;— equality;— environmental
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Pricing. Weighting 40
2. Relevant Experience. Weighting 30
3. Technical Capability to Deliver. Weighting 20
4. Quality. Weighting 10
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 authority:
WKCT14001
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 2.10.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.10.2013 – 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
14.10.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)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
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:10.9.2013