CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

Section I: Contracting authority
I.1) Name and addresses
Official name: Moray Council
Postal address: High Street
Town: Elgin
Postal code: IV30 1BX
Country:
Telephone: +44 1343563137
Email: procurement@moray.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submit
electronically via:
I.4) Type of the contracting authority

I.5) Main activity

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision and Dispatch of Pollcards

Reference number: 180006
II.1.2) Main CPV code: 79823000
II.1.3) Type of contract:
SERVICES
II.1.4) Short Description: 1.1.1. Moray Council Elections Office for Moray Council on behalf of the Returning Officer for the Moray Council local authority area is seeking to award a 4 year contract commencing on 1 October 2018 for the provision of printing and production of pollcards for elections, by-elections and referenda in its constituency / counting area.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
79823000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
1.1.1. Moray Council Elections Office for Moray Council on behalf of the Returning Officer for the Moray Council local authority area is seeking to award a 4 year contract commencing on 1 October 2018 for the provision of printing and production of pollcards for elections, by-elections and referenda in its constituency / counting area.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality, Implemenation & Planning/Weighting:30Quality criterion -Name: Technical Assistance/Weighting:25Quality criterion -Name: Technical Merit/Weighting:15Quality criterion -Name: Operational Arrangements/Weighting:20Quality criterion -Name: Aesthetic & Functional Characteristics/Weighting:5Quality criterion -Name: Environmental Characteristices/Weighting:5
Price – Weighting:35
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accep no
II.2.11) Information about options
Options: 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

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria: 4B.2.2 – Please provide your average yearly turnover in the area and for the number of years specified in the relevant Contract Notice:
The bidder confirms they are already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant contract notice.
Minimum level(s) of standards possibly required: Bidders will be required to have an average yearly turnover of a minimum of 100,000 GDP in the business area covered by the contract for the last 3 years.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5m GDP

III.1.3) Technical and professional ability:
List and brief description of selection criteria: 4C.1.2 – Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice:
4C.10 – Please provide details of the proportion (i.e percentage) of the contract that you intend to subcontract:
4D.1 – Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons?
4D.2 – Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards?

Minimum level(s) of standards possibly required:Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
2. The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
b. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce.
c. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance
d. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.
e. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.
1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-08-10 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitEN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2018-08-10 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:Summer 2022
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
2. The bidder must have the following:
a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
b. Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence the bidder’s organisation’s environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce, in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints.
c. Documented arrangements checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks.
d. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder’s supply chain.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11340. For more information see:
(SC Ref:550387)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Moray Council
Postal address: High Street
Town: Elgin
Postal code: IV30 1BX
Country:
Telephone: +44 1343563137
Internet address:
VI.5) Date of dispatch of this notice:2018-07-16

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking