Tender

BP1019 - Print and Design Framework

  • Broxtowe Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-020721

Procurement identifier (OCID): ocds-h6vhtk-03e331

Published 19 July 2023, 8:44am



Section one: Contracting authority

one.1) Name and addresses

Broxtowe Borough Council

Beeston

NOTTINGHAM

NG91AB

Email

procurement@broxtowe.gov.uk

Telephone

+44 1159177777

Country

United Kingdom

Region code

UKF16 - South Nottinghamshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.broxtowe.gov.uk

Buyer's address

https://www.eastmidstenders.org

one.3) Communication

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

https://www.eastmidstenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

BP1019 - Print and Design Framework

Reference number

BP1019

two.1.2) Main CPV code

  • 22000000 - Printed matter and related products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Broxtowe Borough Council (the Council) is undertaking this procurement to establish a framework for supply of digital and lithographical print and design requirements. Bidders who are successful will then be able to quote for Contract opportunities.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79800000 - Printing and related services

two.2.3) Place of performance

NUTS codes
  • UKF1 - Derbyshire and Nottinghamshire

two.2.4) Description of the procurement

Broxtowe Borough Council (the Council) is undertaking this procurement to establish a framework for supply of digital and lithographical print and design requirements. Bidders who are successful will then be able to quote for Contract opportunities.

The framework period is for four years. the contract is estimated to commence 1st October 2023 and expire 30th September 2027.

Liberty leisure Limited, the Council's fully owned leisure operator may also use the framework in the future.

Please note Q4 in Part 5 - Quality Response requires a hard copy being sent outside of the e-Procurement System.

Reserve List

In addition to the preferred Bidders, the Council reserves the right to appoint a list of three reserve Bidders (ranked 4th to 6th) at the same time or at any time during the preferred Bidder stage. The Council will add new members to the framework as and when existing Framework Supplier are removed (if they are no longer fulfilling the contractual requirements), based on their final ranking in the Bid process.

Clarifications

Bidders should submit questions via the E-Procurement messaging facility only. Questions received by any other method will not receive a response.

The Council will seek to answer questions within five working days following the day of receipt. Bidders are urged to submit any questions as soon as possible and, in any event, no later than no later than 10am on the 18 August 2023. Any questions received after this time will not be answered. (Please note due to annual leave clarifications raised from the 1st August 2023 to 18th August 2023 will be responded to after the 18th August 2023).

NOTE: All Bidders should access the 'Messages' section of the e-procurement system on a regular basis to check for any clarifications issued on this project and/or any public exchange of information between interested parties, before final submission of their bid. It is the sole responsibility of bidders to do so.

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

Yes

Description of renewals

In 2027.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

See tender documents

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

Envisaged maximum number of participants to the framework agreement: 3

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

8 September 2023

Local time

10:00am

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 September 2023

Local time

10:10am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2027

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Broxtowe Borough Council

Council Offices. Foster Avenue, Beeston

Nottingham

NG9 1AB

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to tenderers of the award decision. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. If an appeal regarding the award of a 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 a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.