By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

610/SC Printing & Related Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Nottingham Trent University
Burton Street
Contact point(s): Purchasing Department
For the attention of: Mark Lucas
NG1 4BU Nottingham
UNITED KINGDOM
Telephone: +44 1158488747
E-mail:
Fax: +44 1158488770

Internet address(es):

General address of the contracting authority: https://www.ntu.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/ntu

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:
610/SC Printing & Related Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 15: Publishing and printing services on a fee or contract basis
Main site or location of works, place of delivery or of performance: All Nottingham Trent University Campuses and our future nominated fulfilment provider.

NUTS code UKF14

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: 14

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: 2 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Provision of Printing & Related Services in the following lots:
- lot 1 - Litho,
- lot 2 - Digital,
- lot 3 - Fulfilment & Mailing,
- lot 4 - Printed Business Stationery (including but not limited to Letterheads, Compliment Slips, Business Cards).
II.1.6)Common procurement vocabulary (CPV)

79800000, 22300000, 30199730, 22213000, 22120000, 79821000, 79822000, 22150000, 30199740, 22212000, 79824000, 22140000, 79823000, 79822400, 22822000, 30199700, 79811000, 22900000, 79810000, 22461000, 22130000, 22000000, 79821100, 79820000, 22211000, 22160000, 22458000, 22462000, 22459100

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:
Estimated value excluding VAT: 2 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
See Qualification & Selection Questionnaire.
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:
Joint & Severable.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes

Description of particular conditions: http://www2.ntu.ac.uk/purchasing/termsandconditions/CONGOODS.htm

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: See Qualification & Selection Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See Qualification & Selection Questionnaire.
Minimum level(s) of standards possibly required: See Qualification & Selection Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See Qualification & Selection Questionnaire.
Minimum level(s) of standards possibly required:
See Qualification & Selection Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

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 20: and maximum number 40
Objective criteria for choosing the limited number of candidates: See Qualification & Selection Questionnaire.
Please note the minimum / maximum number of operators who will be invited to tender is the cumulative total for ALL Lots.
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
NTU/11/610/SC
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Other previous publications

Notice number in the OJEU: 2009/S 070-101782 of 8.4.2009

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: 16.12.2011
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.12.2011
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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 tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Nominated NTU Purchasing Staff.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2016.
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
Current Estimated Annual Spend Per Lot As Shown.
Lot 1 - Litho - 322K.
Lot 2 - Digital - 78K.
Lot 3 - Fulfilment & Mailing - 83K.
Lot 4 - Business Stationery (including but not limited to Letterheads, Compliment Slips, Business Cards) - TBC.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address in point I.1.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.11.2011