
Market Leads & Opportunities
United Kingdom-Milton Keynes: Information and promotion products
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2017/S 182-373500/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Regulation of procurement: EU
Type of bid required: Not applicable
Contract award notice
Supplies
Directive 2014/25/EU
Section I: Contracting entity
I.1) Name and addresses
Official name: Network Rail Infrastructure Ltd
Postal address: The Quadrant:MK, Elder Gate
Town: Milton Keynes
Postal code: MK9 1EN
Country: United Kingdom
Telephone: +44 7710960508
Email: emma.squires@networkrail.co.uk
Internet address(es):
Main address: www.networkrail.co.uk
I.3)Communication
I.6) Main activity:
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of Promotional Merchandise.
II.1.2) Main CPV code: 39294100
II.1.3) Type of contract : Supplies
II.1.4) Short Description:
Network Rail wishes to enter into framework agreements with suitably experienced suppliers to design, produce and supply a range of standard and bespoke Network Rail or business specific branded promotional merchandise.
II.1.6) Information about lots
The contract is divided into lots: yes
II.1.7) Total value of the procurement(excluding VAT)
Value:900000.00
Currency:GBP
II.2) Description
II.2.1) Title: Lot 1 — Standard Products
Lot No:Lot 1 — Standard Products
II.2.2)Additional CPV code(s)
Main CPV code: 22000000
Main CPV code: 30192000
Main CPV code: 39294100
Main CPV code: 79342200
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Network Rail will be entering into a framework agreement with a suitably experienced supplier to design, produce and supply a range of Network Rail or business specific branded promotional merchandise standard products.
II.2.5)Award criteria
Quality criterion – Name: Account Management Approach/Weighting:17.0 %Quality criterion – Name: Approach and Methodology/Weighting:12.5 %Quality criterion – Name: Service Delivery/Weighting:26.0 %Quality criterion – Name: Health and Safety/Weighting:14.0 %Quality criterion – Name: Resource and Organisation/Weighting:8.5 %Quality criterion – Name: Sustainability/Weighting:8.5 %Quality criterion – Name: Sample Product Quality/Weighting:13.5 %Quality criterion – Name: Total Technical Weighting/Weighting:60.0 %
Cost criterion – Name: Value Add/Weighting:5.0 %Cost criterion – Name: Commercial Response Section/Weighting:95.0 %Cost criterion – Name: Total Commercial Weighting/Weighting:40.0 %
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.2.1) Title: Lot 2 — Bespoke Products
Lot No:Lot 2 — Bespoke Products
II.2.2)Additional CPV code(s)
Main CPV code: 22000000
Main CPV code: 30192000
Main CPV code: 39294100
Main CPV code: 79342200
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Network Rail will be entering into a framework with 3 suitably experienced suppliers to design, produce and supply a range of Network Rail or business specific branded Promotional Merchandise bespoke products.
Network Rail will issue briefs as and when bespoke products are required to the Suppliers. The Suppliers will interpret each brief and work with Network Rail and any other relevant third parties (for example design or advertising agencies) to creatively design, produce and supply the bespoke products.
II.2.5)Award criteria
Quality criterion – Name: Account Management Approach/Weighting:17.0 %Quality criterion – Name: Approach and Methodology/Weighting:12.5 %Quality criterion – Name: Service Delivery/Weighting:26.0 %Quality criterion – Name: Health and Safety/Weighting:14.0 %Quality criterion – Name: Resource and Organisation/Weighting:8.5 %Quality criterion – Name: Sustainability/Weighting:8.5 %Quality criterion – Name: Sample Product Quality/Weighting:13.5 %Quality criterion – Name: Total Technical Weighting/Weighting:80.0 %
Cost criterion – Name: Value Add/Weighting:5.0 %Cost criterion – Name: Commercial Response/Weighting:95.0 %Cost criterion – Name: Total Commercial Weighting/Weighting:20.0 %
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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:2017/S 050-092593
IV.2.9) Information about termination of call for competition in the form of a periodic indicative notice
The contracting entity will not award any further contracts based on the above periodic indicative notice
Section V: Award of contract Lot No: Lot 1 — Standard Products Title: Lot 1 — Standard Products
A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2017-09-05
V.2.2) Information about tenders
Number of tenders received:9
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: Allwag Promotions Limited
Postal address: Bleak House, 146 High Street
Town: Billericay
Postal code: CM12 9DF
Country: United Kingdom
Nuts code:
The contractor is an SME: yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:620000.00
Currency:GBP Lot No: Lot 2 — Bespoke Products Title: Lot 2 — Bespoke Products
A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2017-09-05
V.2.2) Information about tenders
Number of tenders received:10
The contract has been awarded to a group of economic operators:yes
V.2.3) Name and address of the contractor
Official name: Allwag Promotions Limited
Postal address: Bleak House, 146 High Street
Town: Billericay
Postal code: CM12 9DF
Country: United Kingdom
Nuts code:
The contractor is an SME: yes
Official name: Magic Touch Promotions Ltd
Postal address: Argyle Commercial Centre, Argyle Street
Town: Swindon
Postal code: SN2 8AR
Country: United Kingdom
Nuts code:
The contractor is an SME: yes
Official name: PA Promotions Ltd
Postal address: Unit 1A, Capital Business Park, Parkway
Town: Cardiff
Postal code: CF3 2PY
Country: United Kingdom
Nuts code:
The contractor is an SME: yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:280000.00
Currency:GBP
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: High Court
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-09-20
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> >