Contract notice

Information

Published

Date of dispatch of this notice: 20/02/2020

Expire date: 06/04/2020

External Reference: 2020-211830

TED Reference: 2020/S 039-092451

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Trinity College Dublin
Dublin 1
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=162949&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Contract for Print Management Services for Trinity College
Reference number:  PROJ000005391
II.1.2)

Main CPV code

79800000  -  Printing and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Trinity operates a decentralised purchasing model with over 100 cost centres and approximately 1,400 separate transactions per annum. However, a core requirement of this competition is the delivery of services to this decentralised ad-hoc model while supporting the central brand management and visual identity requirements of Trinity and the category management focus of the procurement office.
The print requirements are comprised of items such as advertising materials, brochures, business forms, leaflets, printed stationery, their storage and in some cases distribution. The requirements will be generated by users throughout the University in a decentralised model. Trinity is required to achieve value for money across their internal clients’ print requirements by reducing the total cost of print and associated costs
II.1.5)

Estimated total value

Value excluding VAT: 2200000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

79810000  -  Printing services
79820000  -  Services related to printing
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

Trinity College Dublin (Trinity) wishes to establish a Single Supplier Services Contract for the provision of print broker services for a period of one (1) year, renewable annually to a maximum period of four (4) years.
Trinity is home to 18,000 undergraduate and postgraduate students across all the major disciplines in the arts and humanities, and in business, law, engineering, science, and health sciences.
Trinity operates a decentralised purchasing model with over 100 cost centres and approximately 1,400 separate transactions per annum. However, a core requirement of this competition is the delivery of services to this decentralised ad-hoc model while supporting the central brand management and visual identity requirements of Trinity and the category management focus of the procurement office.
The print requirements are comprised of items such as advertising materials, brochures, business forms, leaflets, printed stationery, their storage and in some cases distribution. The requirements will be generated by users throughout the University in a decentralised model. Trinity is required to achieve value for money across their internal clients’ print requirements by reducing the total cost of print and associated costs
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Criterion 1: Service Delivery - Proposed methodology’  /  Weighting:  300
Quality criterion  -  Name:  Criterion 2: Account Management and Client Contract Engagement  /  Weighting:  100
Quality criterion  -  Name:  Criterion 3: Billing Process  /  Weighting:  50
Quality criterion  -  Name:  Criterion 4: Contract Implementation And Roll Out Proposal  /  Weighting:  150
Quality criterion  -  Name:  Criterion 5: Sustainability Proposal  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 2200000.00  EUR
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:  
The Contracting Authority reserves the right to extend the Term for a period or periods of
up to 12 months with a maximum of three [3] such extension or extensions on the same
terms and conditions, subject to the Contracting Authority’s obligations at law
II.2.10)

Information about variants

Variants will be accepted: 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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #165878).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #165878).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #165878).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #165878).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #165878).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #165878).

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  23/03/2020
Local time:  13:00
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 months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  23/03/2020
Local time:  13:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisors