UK-Taunton: Printers and plotters.

UK-Taunton: Printers and plotters.
Section I: Contracting Authority
I.1) Name and addresses
United Kingdom Hydrographic Office
UKHO, Admiralty Way, Taunton, TA1 2DN, United Kingdom
Email: tara.stone@ukho.gov.uk
Contact: Tara Stone
Main Address: https://ukho.delta-esourcing.com
NUTS Code: UKK23
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Taunton:-Printers-and-plotters./7WQKU63FZD
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/7WQKU63FZD to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: External print on Demand Printers
Reference Number: Not provided
II.1.2) Main CPV Code:
30232100 - Printers and plotters.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The purchase of printers that comply with UKHO colour and production qualities. Colour, line weights, text and symbols should match or better the quality of the current product produced. This opportunity is not open to value added re-sellers or other similar bodies.The UKHO only requires to hear from original print equipment manufacturers..
II.1.5) Estimated total value:
Value excluding VAT: 100,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
30232100 - Printers and plotters.

II.2.3) Place of performance:
UKK23 Somerset

II.2.4) Description of procurement: The UK Hydrographic Office (UKHO) is a Government agency that provides navigational services for the Royal Navy and merchant mariners. Under the commercial brand name ADMIRALTY, UKHO produces a worldwide series of paper nautical charts, publications and electronic navigational charts which are used by almost 70% of international shipping.

The series of paper navigational charts (c3,500 different charts) are compiled and printed in hard copy, together with periodic updates. These charts are sold to customers via a global network of 100+ distributors.

The UKHO is looking to update its current EXTERNAL PRINT ON DEMAND SERVICE, which provides the means for distributors to print ADMIRALTY charts at their own sites. by providing additional printer models for their major distributors.


The charts printed by the printer must comply with UKHO colour and production qualities. Colour, line weights, text and symbols should match or better the quality of the current product produced.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Compliance / Weighting: 20
Quality criterion - Name: Technical Capability / Weighting: 20
Quality criterion - Name: Quality Assurance Trials / Weighting: 20
Quality criterion - Name: Technical Support / Weighting: 10

Price - Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Print on Demand Printers
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


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:
N/A
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: Yes

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Please see details in tender documentation.
III.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: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/03/2018
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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:
Duration in month(s): 1



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Within 3 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukho.delta-esourcing.com/tenders/UK-UK-Taunton:-Printers-and-plotters./7WQKU63FZD

To respond to this opportunity, please click here:
https://ukho.delta-esourcing.com/respond/7WQKU63FZD
VI.4) Procedures for review
VI.4.1) Review body:
UKHO
Admiralty Way, Taunton, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 13/02/2018

Annex A