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

The Distribution of the Durham County News and Other Publications.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Durham County Council
Corporate Procurement, County Hall
For the attention of: Denise Corrigan
DH1 5UL Durham
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.durham.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
Regional or local authority
I.3)Main activity
General public services
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:
The Distribution of the Durham County News and Other Publications.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: The Council's A4 Magazine and Other A5 Publications to be distributed to all homes in County Durham, approximately 232,000 homes.

NUTS code UKC14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Durham County Council ("the Council) is seeking to appoint a Contractor to distribute the Council's Durham County News A4 Magazine ("the Magazine”) four times a year (Spring, Summer, Autumn and Winter) and the Council's A5 Guide to Services in the New Year and the Council's A5 Guide to Summer Fun in July. (together "the Publications). The Council's six publications are to be distributed door to door to approximately 232,000 homes in County Durham.
II.1.6)Common procurement vocabulary (CPV)

79824000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)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:
Durham County Council ("the Council) is seeking to appoint a Contractor to distribute the Council's Durham County News A4 Magazine ("the Magazine”) four times a year (Spring, Summer, Autumn and Winter) and the Council's A5 Guide to Services in the New Year and the Council's A5 Guide to Summer Fun in July. (together "the Publications). The Council's six publications are to be distributed door to door to approximately 232,000 homes in County Durham.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
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:
The Council reserves the right to require deposits, guarantees, bonds or other forms of appropriate security. Further details will be set out in the tender documents, if relevant.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be set out in tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council reserves the right to require groupings of service providers to take a particular legal form or to require a single provider to take primary liability or to require each party to undertake joint and several liability, if relevant. Further details will be set out in the tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Council has undertaken a commitment to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, Bidders may be required to work with the Council towards achieving such aims.
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: In accordance with Articles 45-50 of Directive 2004/18/EC and Regulations 23-29 of the Public Contract Regulations 2006 and as set out in the Tender Documents available from the NEPO Portal as detailed in VI.3.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/ EC and Regulation 24 of the Public Contract Regulations 2006 and as set out in the Tender Documents as detailed in Section VI.3.
Minimum level(s) of standards possibly required: 1. Public Liability - GBP 5 million
2. Employers Liability - GBP 10 million
3. Motor Vehicle - GBP 5 million
Bidders must also achieve a minumum turnover level of GBP 250,000 and will undergo a further credit assessment outlined in the ITT Document 1: Instructions to Bidders and Evaluation Methodology - 2.3.4.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48-50 of Directive 2004/18/EC and Regulation 25 of the Public Contract Regulations 2006 and as set out in the ITT Documents available from the NEPO portal as detailed in section VI.3.
Minimum level(s) of standards possibly required:
Essential criteria as outlined in the ITT Document 1: Instructions to Bidders and Evaluation Methodology document. Bidders must successfully pass Parts A- F of the tender documents (in line with the evaluation criteria set out in the tender documents) to have their responses to the Technical Questions in Part G of the tender evaluated. Parts A-F include financial assessment; grounds for exclusion; Insurance; health and safety and equality and diversity and any essential criteria.
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: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
QTLE-9FKME2
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: 24.2.2014 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.3.2014 - 12:00
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 3.3.2014 - 12:00

Place:

Officers of the Council, County Hall, Durham.

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

Please note this Tender is being advertised on Durham County Council's E-tendering system. Organisations can register electronically for the documents via www.nepoportal.org and then access the supplier's area, select Durham and input QTLE-9FKME2. The Contract is for 2 years with the option to extend for a further 2 years.

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:
21.1.2014