loading
  • GB-BT80 9AA Cookstown
  • 19.09.2017
  • Ausschreibung
  • (ID 2-275439)

DAERA CAFRE Provision of Graphic Design Artwork and Print Management Services.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 19.09.2017, 15:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Design
    Sprache Englisch
    Aufgabe
    DAERA CAFRE Provision of Graphic Design Artwork and Print Management Services.
    Leistungsumfang
    DAERA CAFRE Provision of Graphic Design Artwork and Print Management Services.
    Adresse des Bauherren UK-BT80 9AA Cookstown
    TED Dokumenten-Nr. 325634-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Cookstown: Colour graphics printers

      2017/S 157-325634

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Cafre — Loughry
      Cookstown
      BT80 9AA
      United Kingdom
      E-mail: MjEyZFVpYFUiYFVqWWZobTRaXWJVYldZIWJdIltjaiJpXw==
      NUTS code: UK

      Internet address(es):

      Main address: https://etendersni.gov.uk/epps

      Address of the buyer profile: https://etendersni.gov.uk/epps

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://etendersni.gov.uk/epps
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Environment

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      DAERA CAFRE Provision of Graphic Design Artwork and Print Management Services.

       

      II.1.2)Main CPV code
      30232130
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      DAERA CAFRE Provision of Graphic Design Artwork and Print Management Services.

       

      II.1.5)Estimated total value
      Value excluding VAT: 900 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      30000000
      73100000
      79000000
      79800000
      79810000
      79820000
      79970000
      79930000
      79415200
      II.2.3)Place of performance
      NUTS code: UKN
      II.2.4)Description of the procurement:

       

      DAERA CAFRE Provision of Graphic Design Artwork and Print Management Services.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: AC1 Key account manager experience / Weighting: 10
      Quality criterion - Name: AC2 Proposed team experience / Weighting: 15
      Quality criterion - Name: AC3 Proposed methodology / Weighting: 15
      Quality criterion - Name: AC4 Contract management / Weighting: 10
      Cost criterion - Name: Total contract price / Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 900 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 12
      This contract is subject to renewal: yes
      Description of renewals:

       

      1 Year Plus 1 Year.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      1 Year + 1 Year.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.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 per tender documents.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      As per tender documents.

       

      Minimum level(s) of standards possibly required:

       

      As per tender documents.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      As per tender documents.

       

      Minimum level(s) of standards possibly required:

       

      As per tender documents.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 19/09/2017
      Local time: 15:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Tender must be valid until: 18/12/2017
      IV.2.7)Conditions for opening of tenders
      Date: 19/09/2017
      Local time: 15:30

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Contract Monitoring. The successful contractor's performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of 12 months from the date of issue of the certificate.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      CPD
      Belfast
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      16/08/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 18.08.2017
Zuletzt aktualisiert 18.08.2017
Wettbewerbs-ID 2-275439 Status Kostenpflichtig
Seitenaufrufe 51