Section one: Contracting authority
one.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
Unit 3 Maisies Way, The Village
Derbyshire
DE55 2DS
Contact
Brogan Bullimore
Telephone
+44 1246395601
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://xantive.supplierselect.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://xantive.supplierselect.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Mailing and Print Management Services
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 223 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.southeastconsortium.org.uk
EEM wishes to procure and enter into framework agreements with multiple Service Providers for the provision of printing, mailing, fulfilment and additional and associated services, including the distribution to end postal providers.
Contracting Authorities who wish to procure a Service Provider that are able to offer a number of print, mailing, fulfillment and associated services, ranging from one off solutions through to a full print management service, can compliantly do so via EEM0025.
Contracting Authorities can use either a Direct Selection or Mini Competition to appoint a Service Provider. Further details and guidance on the selection processes for this framework can be located within Part A of the tender documentation.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
- 79821000 - Print finishing services
- 79822000 - Composition services
- 79823000 - Printing and delivery services
- 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
The scope of this Framework covers all services for printing, mailing and fulfilment and will be utilised by EEM Members to meet their individual needs.
The successful Service Providers should be capable of producing a wide range of black and white and colour printed material, including but not limited to the following;
• Direct and Transactional Mail
• Hybrid Mail Solutions
• Wide Scope of Print Items
• A Range of Alternative Formats (Easy Read, Large Print, Alternative Languages, Audio and Braille)
• Finishing services
• Fulfilment Services
• Secure Print Services
• Multichannel and Digital Solutions
• Associated Services
• Optional Service Extras
Service Providers should be aware that on occasion, there may be a requirement for urgent printing or unscheduled and urgent mailing requirements, therefore the Service Provider must be capable of offering a quick turnaround service.
two.2.5) Award criteria
Quality criterion - Name: Minimum Framework Requirements Assessment / Weighting: Pass/Fail
Quality criterion - Name: Method Statement Assessment / Weighting: 40%
Cost criterion - Name: Print and Mail Solutions / Weighting: 17.5%
Cost criterion - Name: Fulfilment Services / Weighting: 17.5%
Cost criterion - Name: Postage Charges / Weighting: 5%
Cost criterion - Name: Additional Charges / Weighting: 10%
Cost criterion - Name: Scenario 1 / Weighting: 25%
Cost criterion - Name: Scenario 2 / Weighting: 25%
two.2.6) Estimated value
Value excluding VAT: £20,000,000
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.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Framework agreement with several operators
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
18 June 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 June 2021
Local time
8:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 framework value 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.
Where the contract notice states a maximum of suppliers to be appointed to the Framework, this means within each lot. EEM reserves the right to appoint less than the numbers stated.
This framework is being procured by Efficiency East Midlands Ltd (EEM) 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), Advantage South West (www.advantagesouthwest.co.uk) and South East Consortium (www.southeastconsortium.org.uk). A full list of current members is available at 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).
Further details regarding the authorised users of this framework can be found in the ITT documents. To respond to this tender or review the documentation, please:
1) Go to the portal https://xantive.supplierselect.com
2) If you need to register a new account follow the prompts to set up your organisation;
3) When you sign in select 'Public Projects' from the menu (top right). A list of all open tenders will be displayed;
4) Select 'EEM0025 Mailing and Print Management Services from the list of projects and then 'Create Opportunity'. That will give you access to the basic information;
5) Click 'Accept Opportunity' to get more detail including all clarification logs. There is no obligation to submit a response;
6) If you do wish to submit a response, do so before the deadline by changing the status to submitted. You will only be allowed to submit if every mandatory question is answered.
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 if 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