Section one: Contracting authority
one.1) Name and addresses
London Borough of Harrow
Forward Drive
Harrow
HA3 8FL
Contact
Mr Martin Trim
Telephone
+44 2088635611
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
London Borough of Barnet
2 Bristol Avenue, Colindale
London
NW9 4EW
Country
United Kingdom
Region code
UKI71 - Barnet
Internet address(es)
Main address
http://www.barnetsourcing.co.uk/
one.2) Information about joint procurement
The contract involves joint procurement
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
Electoral Print and Postage Services Framework 2.0 (Elections and Electoral Registration) for The London Borough of Harrow & The London Borough of Barnet
Reference number
DN668971
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 London Borough of Harrow and the London Borough of Barnet, are seeking to put in place a joint Framework Agreement in order to appoint one or more service provider(s) to deliver services on their behalf. The Framework Agreement is to cover the provision of Print and Postage Services for Electoral Services (Elections and Electoral Registration).
two.1.5) Estimated total value
Value excluding VAT: £4,963,200
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 contracting authority reserves the right to award contracts combining the following lots or groups of lots: Bidders may submit bids for either Lot 1 and/or Lot 2, bidders are not permitted to submit a bid for Lot 3 on its own. Only bidders who have been selected for a place on Lot 1 and/or Lot 2 will automatically gain a place on Lot 3, if they have confirmed their interest for Lot 3. Further information is detailed within the Procurement documents.
two.2) Description
two.2.1) Title
Elections Print and Post
Lot No
1
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKI71 - Barnet
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
Poll cards, postal voter packs, ballot papers, election count stationery.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,031,600
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
The Council is looking for potential service provider(s) to be awarded contract for a period of 36 months with an optional extension clause of 12 months in periods at the discretion of the Council.
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
Statutory Registration, Annual Canvass, Household Notification Letters (HNL)
Lot No
2
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKI71 - Barnet
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
Electoral registration print and postage, annual canvas print and postage requirements, absent voter identifier refresher print and postage, Individual Electoral Registration (IER).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,731,600
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
The Council is looking for potential service provider(s) to be awarded contract for a period of 36 months with an optional extension clause of 12 months in periods at the discretion of the Council.
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
Innovation, New Ways of Working and Ad Hoc Activity
Lot No
3
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKI71 - Barnet
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
Examples of the activity within Lot 3 are detailed within the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,200,000
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
The Council is looking for potential service provider(s) to be awarded contract for a period of 36 months with an optional extension clause of 12 months in periods at the discretion of the Council.
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 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
As detailed within the procurement 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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed within the procurement documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-013161
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 September 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and/or abandon this procurement exercise at any time and/or to award a contract for part of the Service/supplies at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all cost incurred by any applicant and/or tenderer before signature of any contract with the contracting Authority shall be incurred entirely at that applicants/tenderers risk. Appointments to the Framework is no guarantee of work or any minimum amount of work pursuant to that Framework.
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Martin Trim
Forward Drive
Harrow
HA3 8FL
Country
United Kingdom