Section one: Contracting authority
one.1) Name and addresses
Broxtowe Borough Council
Beeston
NOTTINGHAM
NG91AB
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
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.