Tender

External (Non-Variable Data) Print Services

  • London Borough of Hackney

F02: Contract notice

Notice identifier: 2021/S 000-005780

Procurement identifier (OCID): ocds-h6vhtk-029e05

Published 22 March 2021, 2:40pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hackney

The Annexe, 2 Hillman Street

Hackney

E8 1DY

Contact

Mr Adi-Naitey Puplampu

Email

adi-naitey.puplampu@hackney.gov.uk

Telephone

+44 2083563000

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

http://www.hackney.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert?advertId=9c0fa6ce-608a-eb11-810c-005056b64545&fromRfxSummary=True&rfxId=385e760a-028b-eb11-810c-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=9c0fa6ce-608a-eb11-810c-005056b64545&fromRfxSummary=True&rfxId=385e760a-028b-eb11-810c-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

External (Non-Variable Data) Print Services

Reference number

DN530563

two.1.2) Main CPV code

  • 22000000 - Printed matter and related products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Hackney Council, the Authority, is seeking to appoint 9 suppliers to deliver print services under a Framework Agreement. The Council's requirements have been broken down into two lots:

Lot1: Bulk Printing Services i.e. Digital/Litho Printing and Colour / Mono printing Services, and

Lot2: Merchandise Printing Services i.e. printing of promotional items

two.1.5) Estimated total value

Value excluding VAT: £2,078,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot1: Bulk Printing Services i.e. Digital/Litho Printing and Colour / Mono printing Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 22100000 - Printed books, brochures and leaflets
  • 22800000 - Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
  • 22900000 - Miscellaneous printed matter
  • 30199000 - Paper stationery and other items
  • 30199700 - Printed stationery except forms

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

Under this Lot1, the Council seeks to appoint 5 suppliers capable of delivering Bulk Printing Services. The suppliers appointed to this lot shall be capable of either of the following:

(1) Standard Bulk Printing Services only (sublot1a) where the production turnaround time for these services from time of instruction by email shall more than 24hours and up to 10 days. There shall be 3 suppliers appointed to this sub-lot 1a, out of the 5 under Lot1.

(2) Standard Bulk Printing AND ‘Quick Turnaround’ Bulk Printing Services (sublot1b). ‘Quick Turnaround’ Bulk Printing services have a turn around time of 24 hours or less. There shall be 2 suppliers appointed to this sublot 1b of the 5 appointed suppliers under Lot1.

Note: When the frameworks have been set up, Sub-Lot1b suppliers and SubLot1a suppliers will compete for the award of Standard Bulk Printing call-off orders. Only sublot1b suppliers will compete among themselves for the award of Quick Turnaround Bulk Printing Printing Orders.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £1,700,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

As set out in tender documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Merchandise Printing i.e. Printing of Promotional Items

Lot No

2

two.2.2) Additional CPV code(s)

  • 22400000 - Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals
  • 22900000 - Miscellaneous printed matter

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

Under this lot 2: 4 Suppliers shall be appointed to deliver Merchandise Printing Services i.e. printing of promotional items

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £338,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

As set out in tender documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 9

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not applicable

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.2.2) Time limit for receipt of tenders or requests to participate

Date

23 April 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

As set out in tender documentation

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 02079476000

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Tenderers who are unsuccessful shall be informed by the relevant authority as soon as possible after the decision has been made as to the reasons why the tenderer was unsuccessful. A 10 day Standstill period shall be observed prior to the entry into a contract by the relevant authority.

If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authorities to amend any document and may award damages.

If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine and/or order that the duration of the contract be shortened.

The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

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

The Public Procurement Review Service of the Cabinet Offic

70 Whitehall

London

SW1A 2AS

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom