Section one: Contracting authority
one.1) Name and addresses
Kent County Council (t/a KCS)
Head Office, 1 Abbey Wood Group, Kings Hill
West Malling
ME19 4YT
Contact
Mr Ian Day
Telephone
+44 1622236697
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.commercialservices.org.uk
Buyer's address
http://www.commercialservices.org.uk
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://procontract.due-north.com/Advert/Index?advertId=f01b0c53-59b2-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/Index?advertId=f01b0c53-59b2-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
Catalogue Printing, Associated Paper and Mailing Services - Y22003
Reference number
DN543247
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
The printing of KCS' annual product catalogues, the supply of associated printing paper and subsequent mailing services of finalised catalogues to KCS customers
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contract Authority may combine Lots 1 and 2 to create a combined paper supply and print agreement (see LOT 3).
In such an event lots 1 and 2 will not be awarded
two.2) Description
two.2.1) Title
Catalogue Production (print)
Lot No
1
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
KCS catalogues are full colour publications with A4 sized pages.
(The Suppliers should note that KCS reserves the right to change the size, page count and orientation of catalogues to those stated. In such and event the Contracting Authority shall agree a revised costing that shall apply to said work)
a) The current KCS catalogue has approximately 1512pgs plus laminated board cover which includes full colour photos, descriptions of all products and is Perfect Bound Portrait.
b) The current KCS International catalogue has approximately 1512pgs plus laminated board cover which includes full colour photos, descriptions of all products and is Perfect Bound Portrait.
c) The current Early Years catalogue has approximately 432pgs plus laminated board cover which includes full colour photos, descriptions of all products and is Perfect Bound Portrait.
Catalogue Quantities
The estimated quantities and pages (based on our 2021 production) required for each catalogue are:
KCS Catalogue 1512pgs 15,000 copies
KCS International Catalogue 1512pgs 5,000 copies
Early Years Catalogue 432pgs 3,000 copies
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
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
Paper for Catalogues
Lot No
2
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot relates to the purchase by the Contracting Authority of paper for its catalogue print requirements.
The Contracting Authority will procure the paper and the Supplier will deliver to the Authorities nominated printer. The Authority may allow the nominated printer to order directly on its behalf, in such an event the Contracting Authority will advise both Supplier and Printer of the type, specification and pricing
Paper specification
Paper to be considered under this agreement should have the following or similar characteristics:
Text
Weight between 50 – 90gsm
Gloss, Silk or Matt (or equivalent)
Available in reels 1980mm, 1584mm, 792mm
Whiteness will be taken into consideration
Covers
Weight between 250 – 350gsm
Gloss, Silk or Matt (or equivalent)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
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
Combined Print and Paper supply
Lot No
3
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is a combination of Lots 1 and 2 as detail above.
The full requirements of these Lots will remain unchanged with the exception of the following:
The Supplier shall provide both full print requirements plus the required paper as per the specification stated and agreed.
The Supplier will operate an open book policy in respect of Paper supply
The supplier shall be totally responsible for ensuring the paper supply is in accordance with the specification, is damage free and fit for purpose.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
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.2.14) Additional information
This Lot, if selected as the appropriate will negate the use of Lots 1 and 2.
two.2) Description
two.2.1) Title
Mailing Services
Lot No
4
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
KCS Deliver to Approx. 10,000 drop points each year (predominantly educational establishments whose opening hours are usually 8am – 4pm) with a variety of pack sizes, the catalogues should be delivered in an extra-large heavy weight self-seal, side weld poly bag with strapping, costs should include all fulfilment costs involved in the mailing of each pack, Including the insertion of a letter and/or flyer with each catalogue.
Deliveries are UK wide Inc. Jersey and Guernsey (Ireland and the highlands are not included)
KCS will require delivery to be completed to the timescales provided this is usually during December and January.
Delivery of Catalogues
The Supplier shall be responsible for ensuring that all catalogue deliveries reach the destinations as advised by the Contracting Authority.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
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
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
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
21 June 2021
Local time
2:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 June 2021
Local time
2:15pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Commercials Services Kent Ltd
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
Country
United Kingdom