Contract notice

Information

Published

Date of dispatch of this notice: 13/11/2015

Expire date: 14/12/2015

External Reference: 2015-958205

TED Reference: 2015/S 223-405878

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Supplies

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Devon and Somerset Fire and Rescue Authority
723645339
Service Headquarters, The Knowle, Clyst St George
EX3 0NW  Exeter
UK
For the attention of: Sue Pollard
Telephone: +44 1392872200
E-mail: spollard@dsfire.gov.uk
Internet address(es):
General address of the contracting authority: http://www.dsfire.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/30504
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14032&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14032&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
South Western Ambulance Service NHS Foundation Trust
Trust, Headquarters, 11-13 Kestrel Way, Sowton Industrial Estate
EX2 7HY  Exeter
UK

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Supply of Priniting and Marketing Goods

II.1.2)

Type of contract and location of works, place of delivery or of performance

Supplies
    Purchase
    Main site or location of works, place of delivery or of performance:

    Exeter

    NUTS code
    SOUTH WEST (ENGLAND)
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Devon & Somerset Fire & Rescue Authority in collaboration with South Western

    Ambulance Service NHS Foundation Trust is seeking to award a contract for the

    routine repeat supply of printing and marketing/promotional items. The contract is divided into two Lots. The Lots are broken down as follows;

    Lot 1 - Routine repeat supply of paper product printing items

    Lot 2 - Routine repeat supply of Marketing/Promotional Items

    The contract will be awarded in Lots, there is no limitation on the number of Lots a potential provider may bid for or any limitation on the number of Lots that can be awarded to one potential provider.

    The Contract is to be awarded for an initial term of 3 years with an indicative start date of 1st March 2016. There will an option available to extend the Contract by up to a further 12 months.

    Procurement documentation can be found on the Authority‘s e-tendering portal located at https://uk.eu-supply.com\login.asp?B=BLUELIGHT

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    22000000   Printed matter and related products
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    There are two (2) Lots in total within this Contract as stated in Section II.1.5 of this Contract notice. The scope of each Lot is outlined in Section II.B in this Contract notice.

    Proposed alternatives to the wording of the Terms and Conditions of the Contract are permitted alternatives will be subject to acceptance by the Authority. All Potential Providers will be advised of acceptable alternative.

    Contracts will awarded by Lot. Contractors are free to compete in any and all Lots should they wish to do so at their own discretion.

    Evaluation of each Lot in accordance with the selection and award criteria will determine the Most Economically Advantageous Tender in each Lot.

    The value provided in this Section II2.1 provides an estimation for all Lots for a three years term.

    Estimated cost excluding VAT: 750000  GBP
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    This is a three (3) initial term Contract. there is an option to extend by up to 12 months. Option to extend will be at the discretion of the Authority with written agreement of the Contractor(s) during the final year of the initial term of the Contract (contract year three)

    The twelve (12) month extension is valued at approximately £250,000 GBP

    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 036 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Routine repeat supply of Paper Product Printing items
    1)

    Short description:

    Routine repeat supply of Paper Product Printing items

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    22000000   Printed matter and related products
    3)

    Quantity or scope:

    The scope of this Lot includes but is not limited to the following:

    • Leaflets

    • Posters

    • Envelopes

    • Banners

    • Magazines/booklets

    • Business Cards

    • Book Marks

    • Folders

    • Guidelines

    • Flyers

    • Postcards

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Routine repeat supply of Marketing/Promotional Items
    1)

    Short description:

    Routine repeat supply of Marketing/Promotional Items

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    22000000   Printed matter and related products
    3)

    Quantity or scope:

    The scope of this Lot includes but is not limited to the following:

    • Pens/pencils

    • Wrist bands

    • Stickers

    • Fire Alarm/Carbon Monoxide Tester Stick

    • Carrier bags (logo embossed)

    • Notepads

    • Fluffies

    • Mugs

    • Water Bottles

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Minimum insurance levels

    Employers Liability 5,000,000 GBP

    Public and Products 5,000,000 GBP

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Determined within the Tender documentation

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Organisations wishing to bid as either a consortium or a sub-contracting arrangement to not require a specific legal form in order to submit a tender. If the Potential Provider is a consortium, each member of the consortium will be jointly and severally liable for performance of the Contract or shall select form amongst themselves a lead partner for the purpose of the procurement. All correspondence in relation to this procurement will be sent to the lead partner only

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contracts Regulations 2015 on the basis of information provided in response to the invitation to tender. Completed response to the invitation to tender must be returned via the e-tendering portal before the deadline for receipt of responses at notified in Section IV.3.4 of this OJEU notice.

    Minimum level(s) of standards possibly required:

    The Authority will review a range of economic information to evaluate your organisations economic and financial standing. In addition to the request financial information in the Invitation to Tender, the Authority may consult Experian reports and other credit rating or equivalent reports depending on where your organisation is located. In particular, the Authority will consider financial strength and risk of business failure.

    If your organisation is evaluated as high risk the Authority may:

    - ask for additional information, including information relating to your parent company, if applicable ; and/or

    - require a parent company guarantee or a performance bond.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if the requirements are met:

    Refer to ITT documentation - https://uk.eu-supply/login.asp?B=BLUELIGHT

    Minimum level(s) of standards possible required:

    Refer to ITT documentation - https://uk.eu-supply/login.asp?B=BLUELIGHT

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    DS177-15

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 14.12.2015 - 12:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    14.12.2015 - 12:00
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 004 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Date: 14.12.2015 - 12:00
    Persons authorised to be present at the opening of tenders: yes

    Tenders will be opened by Devon and Somerset Fire and Rescue Authority employees, located at DSFRS headquarters, The Knowle, Clyst St George. Exeter, Devon. EX3 0NW

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no