Awarded contract

Printing, Fulfilment and Mailing

  • EFFICIENCY EAST MIDLANDS LIMITED

F03: Contract award notice

Notice reference: 2022/S 000-001193

Published 14 January 2022, 2:28pm



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3 Maisies Way, The Village

Derbyshire

DE55 2DS

Contact

Jonathan Tomalin

Email

jonathan@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://eem.org.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Printing, Fulfilment and Mailing

Reference number

EEM0025

two.1.2) Main CPV code

  • 79800000 - Printing and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes

and manages a range of framework and DPS agreements. Our membership has now grown to 251 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities. EEM have also established a formal collaboration with 3 like-minded procurement consortia -

Westworks, South East Consortium and Advantage South West. The membership

list for these three consortia may be obtained from the following website addresses:

www.westworks.org.uk (https://www.westworks.org.uk)

www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)

www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.uk)

EEM conducted this procurement exercise and have subsequently awarded and entered in framework agreements with suppliers for the provision of printing, fulfilment, mailing & hybrid mail services.

The Framework was tendered and awarded based on the following lots:

Lot 1 - Printing, Fulfilment and Mailing

Lot 2 - Hybrid Mail

Contracting Authorities who requires a single service provider to manage the service can compliantly procure a single supplier via EEM0025. Contracting Authorities can use either a Direct Selection or via Mini Competition to appoint a service provider from the Framework.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £5,000,000

two.2) Description

two.2.1) Title

Printing, Fulfilment and Mailing

Lot No

1

two.2.2) Additional CPV code(s)

  • 79800000 - Printing and related services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

EEM have tendered this exercise to procure a Print Management Services Framework to replace our existing Framework. The Framework will provide EEM Members with a provision for their printing, fulfilment, mailing and hybrid mail solution, including but not limited to, full printing services, fulfilment and storage, and mail sorting and postage.

The framework has been procured by Efficiency East Midlands Ltd (EEM) on behalf

of their members and the other organisations described in Section VI.3) as being

authorised users. The call-off contracts to be awarded pursuant to the framework

agreements to be entered at conclusion of the procurement exercise may extend for

a duration of up to 2 years beyond expiry of the 4-year framework term. The

estimated lot value as described in II.2.6) takes into account the full framework

term, the possibility that the EEM membership may grow over the framework

lifetime.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Minimum Competence / Weighting: Pass/Fail

Cost criterion - Name: Main Pricing / Weighting: 20

Cost criterion - Name: Scenario Pricing / Weighting: 30

Cost criterion - Name: Additional Pricing / Weighting: 10

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Hybrid Mail

Lot No

2

two.2.2) Additional CPV code(s)

  • 79824000 - Printing and distribution services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

EEM have tendered this exercise to procure a Print Management Services Framework to replace our existing Framework. The Framework will provide EEM Members with a provision for their printing, fulfilment, mailing and hybrid mail solution, including but not limited to, full printing services, fulfilment and storage, and mail sorting and postage.

The framework has been procured by Efficiency East Midlands Ltd (EEM) on behalf

of their members and the other organisations described in Section VI.3) as being

authorised users. The call-off contracts to be awarded pursuant to the framework

agreements to be entered at conclusion of the procurement exercise may extend for

a duration of up to 2 years beyond expiry of the 4-year framework term. The

estimated lot value as described in II.2.6) takes into account the full framework

term, the possibility that the EEM membership may grow over the framework

lifetime.

two.2.5) Award criteria

Quality criterion - Name: Method Statement / Weighting: 40

Quality criterion - Name: Minimum Competence / Weighting: Pass/Fail

Cost criterion - Name: Main Pricing / Weighting: 20

Cost criterion - Name: Scenario Pricing / Weighting: 30

Cost criterion - Name: Additional Pricing / Weighting: 10

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-019023


Section five. Award of contract

Lot No

1

Title

Printing. Fulfilment and Mailing

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 January 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Adare SEC Ltd

Leicester

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

GPS Document Management

Bath

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

PSL Print Management Ltd

Preston

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Latcham Direct Ltd

Bristol

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Continuous Data Print UK Ltd

Liverpool

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Paragon Group UK Ltd

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,500,000


Section five. Award of contract

Lot No

2

Title

Hybrid Mail

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 January 2022

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

GPS Document Management

Bath

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

PSL Print Management Ltd

Preston

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Adare SEC Ltd

Leicester

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Financial Data Management Plc

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Forth Communication

Bagnor

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Latcham Direct Ltd

Bristol

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,500,000


Section six. Complementary information

six.3) Additional information

The call-off contracts to be awarded pursuant to the framework agreements to be

entered at conclusion of the procurement exercise may extend for a duration of up

to 5 years beyond expiry of the 4-year framework term. Please note that the total

potential value of GBP stated within this notice is in relation to the full 4-year

framework and takes into consideration the lot structure, length of call-off contracts

and that the EEM membership may grow over the framework lifetime.

This framework has been procured by Efficiency East Midlands Ltd (EEM Ltd) on

behalf of their members and the other organisations described below as being

authorised users. The following contracting authorities will be entitled to agree and

award contracts under this framework agreement as authorised users:

1) Any Member of EEM which for the avoidance of doubt currently includes 3 partner

consortia - Westworks(www.westworks.org.uk (https://www.westworks.org.uk)),

Advantage South West (www.advantagesouthwest.co.uk

(https://www.advantagesouthwest.co.uk)) and South East Consortium

(www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)). A full

list of current members is available at www.eem.org.uk (https://www.eem.org.uk)

2) Any future member of EEM or our partner consortia and in all cases being an

organisation which has applied to join EEM or our partner consortia in accordance

with the applicable constitutional documents:

3) An EEM participant being an organisation which is neither a current or EEM

member (as defined at 1 above) nor a future member of EEM (as defined at 2 above)

based within England and Wales which owns and/ or maintains/manages housing

stock in one or more geographic area in which it operates and/or is an NHS Trust

(which includes acute trusts, mental health trusts, care service trusts and

ambulance trusts) or an organisation, police authority, fire authority, ambulance

trust, university, higher/further education college, school or academy or other

public sector organisation.

Further details regarding the authorised users of this framework can be found within

the tender documents.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

Country

United Kingdom