Tender

Print Framework 2024

  • Cheshire west and Chester Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-027766

Procurement identifier (OCID): ocds-h6vhtk-0496cf

Published 30 August 2024, 1:29pm



Section one: Contracting authority

one.1) Name and addresses

Cheshire west and Chester Borough Council

The Portal

Ellesmere Port

CH65 0BA

Contact

Ms Ellie Ramage

Email

Ellie.ramage@cheshirewestandchester.gov.uk

Telephone

+44 1244975961

Country

United Kingdom

Region code

UKD6 - Cheshire

Internet address(es)

Main address

http://www.cheshirewestandchester.gov.uk/

Buyer's address

http://www.cheshirewestandchester.gov.uk/

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=cced4435-ed65-ef11-812e-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=cced4435-ed65-ef11-812e-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

Print Framework 2024

Reference number

DN740703

two.1.2) Main CPV code

  • 79810000 - Printing services

two.1.3) Type of contract

Services

two.1.4) Short description

Cheshire West and Chester Council intend to establish framework agreements for lot 1 and lot 2 for printing requirements for a 3 year period, with a possible option to extend for 12 months.

Printing requirements for lot 1 and lot 2.

Suppliers can tender for both or individual lots.

Lot 1 – General print

Lot 2 – Large format printing (including signage)

Cheshire West and Chester Council is looking to appoint up to six supplies for each lot on to a framework. Each appointed supplier must be able to meet the requirements of the authority.

Please see uploaded Chest documents.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

General Print

Lot No

1

two.2.2) Additional CPV code(s)

  • 79810000 - Printing services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire

two.2.4) Description of the procurement

Cheshire West and Chester Council intend to establish framework agreements for lot 1 and lot 2 for printing requirements for a 3 year period, with a possible option to extend for 12 months.

Printing requirements for lot 1 and lot 2.

Suppliers can tender for both or individual lots.

Lot 1 – General print

Lot 2 – Large format printing (including signage)

Cheshire West and Chester Council is looking to appoint up to six supplies for each lot on to a framework. Each appointed supplier must be able to meet the requirements of the authority.

Please see uploaded Chest documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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: Yes

Description of options

option to extend by 1 year

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

Large format printing (including signage)

Lot No

2

two.2.2) Additional CPV code(s)

  • 22000000 - Printed matter and related products

two.2.3) Place of performance

NUTS codes
  • UKD63 - Cheshire West and Chester

two.2.4) Description of the procurement

Printing requirements for lot 1 and lot 2.

Suppliers can tender for both or individual lots.

Lot 1 – General print

Lot 2 – Large format printing (including signage)

Cheshire West and Chester Council is looking to appoint up to six supplies for each lot on to a framework. Each appointed supplier must be able to meet the requirements of the authority.

Please see uploaded Chest documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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: Yes

Description of options

option to extend 1 year

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.1.8) 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

1 October 2024

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

1 October 2024

Local time

10:05am


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

Royal Courts of Justice

London

Country

United Kingdom