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
adi-naitey.puplampu@hackney.gov.uk
Telephone
+44 2083563000
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom