Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall 2
Kingston upon Thames
KT1 1EU
Contact
Mrs Ranu Narayan
Telephone
+44 2085475000
Country
United Kingdom
Region code
UKI63 - Merton, Kingston upon Thames and Sutton
Internet address(es)
Main address
Buyer's address
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=946467e3-6d6f-ef11-812f-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=946467e3-6d6f-ef11-812f-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
Printing and Delivery of Electoral Registration and Election Materials
Reference number
DN663499
two.1.2) Main CPV code
- 22000000 - Printed matter and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply of Printing and Delivery of Electoral Registration and Election Materials. It is anticipated that the contract duration will be two years initial term with option to extend at the discretion of the council for 24 months in two twelve month blocks (contract duration 4 years)
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The Royal Borough of Kingston upon Thames requires a print supplier to ensure the Electoral Registration Officer and the Returning Officer meet its statutory requirements in regard to the printing and production of electoral registration and election printing.
Print services must be provided in line with the latest electoral registration and election legislation and have regard to Electoral Commission guidance.
Submissions are invited from suppliers for the provision of print and associated postage for the Electoral Registration Officer and Returning Officer of the borough. This specification will form part of the final contract. Suppliers must be able to demonstrate that they currently deliver print and postage contracts for local authorities’ elections and electoral registration teams.
It is anticipated the contract will be for a period of 2 years with the option of an extension of up to 24 months (2 twelve month extensions) at the Council’s discretion.
The procurement documents will be available for unrestricted and full direct access, free of charge at https://procontract.due-north.com/
Selection criteria and evaluation criteria as stated in the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: Implement and manage / Weighting: 6
Quality criterion - Name: Performance / Weighting: 12
Quality criterion - Name: Data / Weighting: 10
Quality criterion - Name: Responsiveness / Weighting: 12
Quality criterion - Name: Added Value / Weighting: 5
Quality criterion - Name: Environment / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2025
This contract is subject to renewal
Yes
Description of renewals
Initial term is two years with the ability to extend for 24 months in two twelve month blocks
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
See 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
See procurement documents
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
5 December 2024
Local time
12:00pm
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: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 December 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Public Contracts Regulations 2015 the Council will incorporate a
minimum 10 calendar day standstill period at the point information on which the contract
award decision is communicated to tenderers.