II.1)
Scope of the procurement
Provision of Print Services
Reference number:
HRIMAR20FD/2
79810000
-
Printing services
Services
II.1.4)
Short description
Lot 1: General Print Services
This lot covers but is not limited to the provision of general print to include business cards, headed paper, statement paper, ceadunas envelopes, compliment slips and standard forms.
This contract will be awarded as a single party framework with one supplier fulfilling all requirements.
Lot 2: Security Print Services
This lot covers, but is not limited to the provision of tickets, badges, cheques etc. to HRI and subsidiaries upon request.
This contract will be awarded as a single party framework with one supplier fulfilling all requirements.
Lot 3: Promotional / Marketing Print Services
This lot covers, but is not limited to the provision of leaflets, brochures, posters, invitations, forms, booklets, etc. This contract will be awarded as a multi-party framework. It is envisaged that a minimum number of 3 tenderers will make up this panel to meet HRI’s requirements.
II.1.5)
Estimated total value
Value excluding VAT: 600000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
II.2.2)
Additional CPV code(s)
22100000
-
Printed books, brochures and leaflets
22450000
-
Security-type printed matter
22458000
-
Bespoke printed matter
22900000
-
Miscellaneous printed matter
79800000
-
Printing and related services
79810000
-
Printing services
79811000
-
Digital printing services
79820000
-
Services related to printing
79823000
-
Printing and delivery services
II.2.4)
Description of the procurement
Lot 1: General Print Services
This lot covers but is not limited to the provision of general print stationary to include business cards, headed paper, statement paper, ceadunas envelopes, compliment slips and standard forms.
This contract will be awarded as a single party framework with one supplier fulfilling all requirements.
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
yes
Description of renewals:
Frameworks will be awarded for an initial period of approximately 2 years. It is envisioned that any and all extensions awarded will be for a period of at least one year; however, the precise duration of any extension will depend upon the nature of HRI’s requirements at that point in time. The maximum potential duration of the framework is four (4) years
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
5
/
Maximum number:
6
II.2.10)
Information about variants
Variants will be accepted:
yes
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
II.2.2)
Additional CPV code(s)
22100000
-
Printed books, brochures and leaflets
22450000
-
Security-type printed matter
22458000
-
Bespoke printed matter
22900000
-
Miscellaneous printed matter
79800000
-
Printing and related services
79810000
-
Printing services
79811000
-
Digital printing services
79820000
-
Services related to printing
79823000
-
Printing and delivery services
II.2.4)
Description of the procurement
Lot 2: Security Print Services
This lot covers, but is not limited to the provision of tickets, badges, cheques etc. to HRI and subsidiaries upon request.
This contract will be awarded as a single party framework with one supplier fulfilling all requirements.
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
yes
Description of renewals:
Frameworks will be awarded for an initial period of approximately 2 years. It is envisioned that any and all extensions awarded will be for a period of at least one year; however, the precise duration of any extension will depend upon the nature of HRI’s requirements at that point in time. The maximum potential duration of the framework is four (4) years
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
5
/
Maximum number:
6
II.2.10)
Information about variants
Variants will be accepted:
yes
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
Promotional / Marketing Print
Lot No:
3
II.2.2)
Additional CPV code(s)
22100000
-
Printed books, brochures and leaflets
22450000
-
Security-type printed matter
22458000
-
Bespoke printed matter
22900000
-
Miscellaneous printed matter
79800000
-
Printing and related services
79810000
-
Printing services
79811000
-
Digital printing services
79820000
-
Services related to printing
79823000
-
Printing and delivery services
II.2.4)
Description of the procurement
Lot 3: Promotional / Marketing Print Services
This lot covers, but is not limited to the provision of leaflets, brochures, posters, invitations, forms, booklets, etc.
This contract will be awarded as a multi-party framework. It is envisaged that a minimum number of 3 tenderers will make up this panel to meet HRI’s requirements.
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
yes
Description of renewals:
Frameworks will be awarded for an initial period of approximately 2 years. It is envisioned that any and all extensions awarded will be for a period of at least one year; however, the precise duration of any extension will depend upon the nature of HRI’s requirements at that point in time. The maximum potential duration of the framework is four (4) years
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
5
/
Maximum number:
6
II.2.10)
Information about variants
Variants will be accepted:
yes
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