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

Buckinghamshire County Council (the ‘Authority’) is seeking to establish a Dynamic Purchasing System (‘DPS’) for the provision of Print, Design and Marketing. The Authority is conducting the procurement using the restricted procedure as set ...

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Buckinghamshire County Council
8th floor, NCO, Walton Street
Aylesbury
HP20 1YG
United Kingdom
Contact person: Miss Emily Everton
Telephone: +44 1296382018
E-mail:
NUTS code: UKJ13

Internet address(es):

Main address: http://www.buckscc.gov.uk

Address of the buyer profile: http://www.buckscc.gov.uk

I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.supplybucksbusiness.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://www.supplybucksbusiness.org.uk
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

DPS for Print, Design and Marketing.

Reference number: DN290226
II.1.2)Main CPV code
22000000
II.1.3)Type of contract
Services
II.1.4)Short description:

Buckinghamshire County Council (the ‘Authority’) is seeking to establish a Dynamic Purchasing System (‘DPS’) for the provision of Print, Design and Marketing. The Authority is conducting the procurement using the restricted procedure as set out in Regulation 28 subject to the provisions set out in Regulation 34 of the Public Contract Regulations 2015. The DPS will be divided into ‘Categories’, sometimes known as ‘Lots’. The Categories are based on the different communication requirements of the Council. These lots are as follows:

Lot 1 - Design

Lot 2 - Print

Lot 3 - Digital Communication

Lot 4 - Marketing and Communication

The DPS will operate for a period of three years commencing on or around 1.10.2017.

The Authority will have the option, at its discretion, to extend the period of operation of the DPS for a further period of 2 years, with the maximum period of operation of the DPS being 5 years.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Lot 1 - Design

Lot No: 1
II.2.2)Additional CPV code(s)
22000000
II.2.3)Place of performance
NUTS code: UKJ13
II.2.4)Description of the procurement:

Buckinghamshire County Council (the ‘Authority’) is seeking to establish a Dynamic Purchasing System (‘DPS’) for the provision of Print, Design and Marketing. The Authority is conducting the procurement using the restricted procedure as set out in Regulation 28 subject to the provisions set out in Regulation 34 of the Public Contract Regulations 2015. The DPS will be divided into ‘Categories’, sometimes known as ‘Lots’. The Categories are based on the different communication requirements of the Council. These lots are as follows:

Lot 1 - Design

Lot 2 - Print

Lot 3 - Digital Communication

Lot 4 - Marketing and Communication

The DPS will operate for a period of three years commencing on or around 1.10.2017.

The Authority will have the option, at its discretion, to extend the period of operation of the DPS for a further period of 2 years, with the maximum period of operation of the DPS being 5 years.

Suppliers that wish to be appointed to the DPS are required to complete a Selection Questionnaire (‘SQ’). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Authority, will be appointed to the DPS in the Categories for which they have applied. There is no limit on the number of Suppliers that maybe appointed to a Category. Following the establishment of the DPS the Authority will issue calls for competition for specific contracts, as and when the need arises via Panacea (www.panacea-software.com/). Further details on the operation of the DPS are set out in the Procurement Documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 30/09/2020
This contract is subject to renewal: yes
Description of renewals:

Option to extend for an additional 2 years.

II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Lot 2 - Print

Lot No: 2
II.2.2)Additional CPV code(s)
22000000
II.2.3)Place of performance
NUTS code: UKJ13
II.2.4)Description of the procurement:

Buckinghamshire County Council (the ‘Authority’) is seeking to establish a Dynamic Purchasing System (‘DPS’) for the provision of Print, Design and Marketing. The Authority is conducting the procurement using the restricted procedure as set out in Regulation 28 subject to the provisions set out in Regulation 34 of the Public Contract Regulations 2015. The DPS will be divided into ‘Categories’, sometimes known as ‘Lots’. The Categories are based on the different communication requirements of the Council. These lots are as follows:

Lot 1 - Design

Lot 2 - Print

Lot 3 - Digital Communication

Lot 4 - Marketing and Communication

The DPS will operate for a period of three years commencing on or around 1.10.2017.

The Authority will have the option, at its discretion, to extend the period of operation of the DPS for a further period of 2 years, with the maximum period of operation of the DPS being 5 years.

Suppliers that wish to be appointed to the DPS are required to complete a Selection Questionnaire (‘SQ’). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Authority, will be appointed to the DPS in the Categories for which they have applied. There is no limit on the number of Suppliers that maybe appointed to a Category. Following the establishment of the DPS the Authority will issue calls for competition for specific contracts, as and when the need arises via Panacea (www.panacea-software.com/). Further details on the operation of the DPS are set out in the Procurement Documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 30/09/2020
This contract is subject to renewal: yes
Description of renewals:

Option to extend for 2 years.

II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Lot 3 - Digital Communications

Lot No: 3
II.2.2)Additional CPV code(s)
22000000
II.2.3)Place of performance
NUTS code: UKJ13
II.2.4)Description of the procurement:

Buckinghamshire County Council (the ‘Authority’) is seeking to establish a Dynamic Purchasing System (‘DPS’) for the provision of Print, Design and Marketing. The Authority is conducting the procurement using the restricted procedure as set out in Regulation 28 subject to the provisions set out in Regulation 34 of the Public Contract Regulations 2015. The DPS will be divided into ‘Categories’, sometimes known as ‘Lots’. The Categories are based on the different communication requirements of the Council. These lots are as follows:

Lot 1 - Design

Lot 2 - Print

Lot 3 - Digital Communication

Lot 4 - Marketing and Communication

The DPS will operate for a period of three years commencing on or around 1.10.2017.

The Authority will have the option, at its discretion, to extend the period of operation of the DPS for a further period of 2 years, with the maximum period of operation of the DPS being 5 years.

Suppliers that wish to be appointed to the DPS are required to complete a Selection Questionnaire (‘SQ’). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Authority, will be appointed to the DPS in the Categories for which they have applied. There is no limit on the number of Suppliers that maybe appointed to a Category. Following the establishment of the DPS the Authority will issue calls for competition for specific contracts, as and when the need arises via Panacea (www.panacea-software.com/). Further details on the operation of the DPS are set out in the Procurement Documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 30/09/2020
This contract is subject to renewal: yes
Description of renewals:

Option to extend for 2 years.

II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Lot 4 - Marketing and Communications

Lot No: 4
II.2.2)Additional CPV code(s)
22000000
II.2.3)Place of performance
NUTS code: UKJ13
II.2.4)Description of the procurement:

Buckinghamshire County Council (the ‘Authority’) is seeking to establish a Dynamic Purchasing System (‘DPS’) for the provision of Print, Design and Marketing. The Authority is conducting the procurement using the restricted procedure as set out in Regulation 28 subject to the provisions set out in Regulation 34 of the Public Contract Regulations 2015. The DPS will be divided into ‘Categories’, sometimes known as ‘Lots’. The Categories are based on the different communication requirements of the Council. These lots are as follows:

Lot 1 - Design

Lot 2 - Print

Lot 3 - Digital Communication

Lot 4 - Marketing and Communication

The DPS will operate for a period of three years commencing on or around 1.10.2017.

The Authority will have the option, at its discretion, to extend the period of operation of the DPS for a further period of 2 years, with the maximum period of operation of the DPS being 5 years.

Suppliers that wish to be appointed to the DPS are required to complete a Selection Questionnaire (‘SQ’). All those Suppliers who satisfy the selection requirements set out in the SQ, as evaluated by the Authority, will be appointed to the DPS in the Categories for which they have applied. There is no limit on the number of Suppliers that maybe appointed to a Category. Following the establishment of the DPS the Authority will issue calls for competition for specific contracts, as and when the need arises via Panacea (www.panacea-software.com/). Further details on the operation of the DPS are set out in the Procurement Documentation.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 30/09/2020
This contract is subject to renewal: yes
Description of renewals:

Option to extend for 2 years.

II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 31/08/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Buckinghamshire County Council
Aylesbury
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
28/07/2017