Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council

  • First published: 27 March 2024
  • Last modified: 27 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03e3ce
Published by:
Isle of Wight Council
Authority ID:
AA21249
Publication date:
27 March 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Isle of Wight Council (“the Authority”) invited Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.

This procurement followed the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.

The Services under this ASL will include:

• Short-run, quick turnaround reprographic printing.

• Lithographic printing.

• Specialist printing (eg, stickers).

• Large format printing.

• Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.

This procurement will ensure the Authority obtains the best value for its printing and signage requirements.

This opportunity was divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.

LOT 1 – PROVISION OF REPROGRAPHIC PRINTING

LOT 2 – SUPPLY OF SIGNAGE SERVICES

LOT 3 – LITHOGRAPHIC, SPECIALIST, LARGE FORMAT, ADDITIONAL REPROGRAPHIC PRINTING SERVICES AND MISCELLANEOUS SIGNAGE SERVICES (NOT COVERED IN LOT 2)

Sub Lot 3a is for lithographic, specialist and additional reprographic and large format printing. Including but not limited to, bulk printing of leaflets, mailshots, flyers and posters. Specialist printing may encompass items such as stickers, folders, as well as jobs with unusual folds, non-standard cuts, spot laminates and pantone process printing. Large format covers posters, banners, temporary signage, display systems and banners, and vehicle graphics.

Sub Lot 3b is for miscellaneous signage requirements not covered in Lot 2.

The Potential Supplier can submit bids for Lot 1, Lot 2, Sub Lot 3a and/or Sub Lot 3b in any combination. Bids for only part of Lot 1 or Lot 2 will be rejected.

The term of the Approved Supplier List Agreement shall be 3 years with the option to extend for up to a further 12 months at the sole discretion of the Authority.

Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Isle of Wight Council

County Hall, High Street

Newport

PO30 1UD

UK

Contact person: Mrs Vanessa Squibb

Telephone: +44 1983821000

E-mail: vanessa.squibb@iow.gov.uk

NUTS: UKJ34

Internet address(es)

Main address: http://www.iow.gov.uk

Address of the buyer profile: http://www.iow.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council

Reference number: DN605488

II.1.2) Main CPV code

79820000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Isle of Wight Council (“the Authority”) invited Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.

This procurement followed the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.

The Services under this ASL will include:

• Short-run, quick turnaround reprographic printing.

• Lithographic printing.

• Specialist printing (eg, stickers).

• Large format printing.

• Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.

This procurement will ensure the Authority obtains the best value for its printing and signage requirements.

This opportunity was divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.

LOT 1 – PROVISION OF REPROGRAPHIC PRINTING

LOT 2 – SUPPLY OF SIGNAGE SERVICES

LOT 3 – LITHOGRAPHIC, SPECIALIST, LARGE FORMAT, ADDITIONAL REPROGRAPHIC PRINTING SERVICES AND MISCELLANEOUS SIGNAGE SERVICES (NOT COVERED IN LOT 2)

Sub Lot 3a is for lithographic, specialist and additional reprographic and large format printing. Including but not limited to, bulk printing of leaflets, mailshots, flyers and posters. Specialist printing may encompass items such as stickers, folders, as well as jobs with unusual folds, non-standard cuts, spot laminates and pantone process printing. Large format covers posters, banners, temporary signage, display systems and banners, and vehicle graphics.

Sub Lot 3b is for miscellaneous signage requirements not covered in Lot 2.

The Potential Supplier can submit bids for Lot 1, Lot 2, Sub Lot 3a and/or Sub Lot 3b in any combination. Bids for only part of Lot 1 or Lot 2 will be rejected.

The term of the Approved Supplier List Agreement shall be 3 years with the option to extend for up to a further 12 months at the sole discretion of the Authority.

Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 230 000.00  GBP

II.2) Description

Lot No: 3a

II.2.1) Title

Sub Lot 3a – Lithographic, specialist, large format and additional reprographic printing services

II.2.2) Additional CPV code(s)

79800000

II.2.3) Place of performance

NUTS code:

UKJ34

II.2.4) Description of the procurement

The Isle of Wight Council (“the Authority”) invited Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.

This procurement followed the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.

The Services under this ASL will include:

• Short-run, quick turnaround reprographic printing.

• Lithographic printing.

• Specialist printing (eg, stickers).

• Large format printing.

• Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.

This procurement will ensure the Authority obtains the best value for its printing and signage requirements.

This opportunity was divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.

LOT 3 – LITHOGRAPHIC, SPECIALIST, LARGE FORMAT, ADDITIONAL REPROGRAPHIC PRINTING SERVICES AND MISCELLANEOUS SIGNAGE SERVICES (NOT COVERED IN LOT 2)

Sub Lot 3a is for lithographic, specialist and additional reprographic and large format printing. Including but not limited to, bulk printing of leaflets, mailshots, flyers and posters. Specialist printing may encompass items such as stickers, folders, as well as jobs with unusual folds, non-standard cuts, spot laminates and pantone process printing. Large format covers posters, banners, temporary signage, display systems and banners, and vehicle graphics.

Both Sub Lot 3a and Sub Lot 3b are non-exclusive, multiple supplier lots.

Sub Lot 3a will have no limit to the number of suppliers providing a score of 39 or more is achieved in the tender evaluation.

The term of the Approved Supplier List Agreement shall be 3 years with the option to extend for up to a further 12 months at the sole discretion of the Authority.

Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.

II.2.5) Award criteria

Quality criterion: 1a) Standard Process – Efficient provision / Weighting: 7

Quality criterion: 1b) Standard Process – quality management / Weighting: 7

Quality criterion: 1c) Standard Process – meeting specification / Weighting: 3

Quality criterion: 1d) Standard Process – business continuity / Weighting: 3

Quality criterion: 2) Secure Printing Process / Weighting: 3

Quality criterion: 3) Artwork and GDPR / Weighting: 3

Quality criterion: 4) Deliveries / Weighting: 3

Quality criterion: 5) Management and Communication / Weighting: 3

Quality criterion: 6) Samples / Weighting: 16

Quality criterion: 7) Added Value and Innovation / Weighting: 2

Quality criterion: 1) Social Value / Weighting: 10

Quality criterion: 2) Climate, Environment and UNESCO Biosphere Impact / Weighting: 5

Price / Weighting:  35

II.2.11) Information about options

Options: Yes

Description of options:

The term of the Approved Supplier List Agreement shall be 3 years with the option to extend for up to a further 12 months at the sole discretion of the Authority.

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.2.14) Additional information

There is no guarantee of value or volume of work and any values given are estimated over the whole contract term including the possible extension period.

Lot No: 3b

II.2.1) Title

Sub Lot 3b – Miscellaneous signage services (not covered in Lot 2)

II.2.2) Additional CPV code(s)

34992000

II.2.3) Place of performance

NUTS code:

UKJ34

II.2.4) Description of the procurement

The Isle of Wight Council (“the Authority”) invited Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.

This procurement followed the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.

The Services under this ASL will include:

• Short-run, quick turnaround reprographic printing.

• Lithographic printing.

• Specialist printing (eg, stickers).

• Large format printing.

• Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.

This procurement will ensure the Authority obtains the best value for its printing and signage requirements.

This opportunity was divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.

LOT 1 – PROVISION OF REPROGRAPHIC PRINTING

LOT 2 – SUPPLY OF SIGNAGE SERVICES

LOT 3 – LITHOGRAPHIC, SPECIALIST, LARGE FORMAT, ADDITIONAL REPROGRAPHIC PRINTING SERVICES AND MISCELLANEOUS SIGNAGE SERVICES (NOT COVERED IN LOT 2)

Sub Lot 3b is for miscellaneous signage requirements not covered in Lot 2.

Both Sub Lot 3a and Sub Lot 3b are non-exclusive, multiple supplier lots.

Sub Lot 3b will have up to six suppliers per Service on this Lot and suppliers may supply one or more of the services under this lot providing a minimum threshold of 30 or more is achieved in the tender evaluation.

The term of the Approved Supplier List Agreement shall be 3 years with the option to extend for up to a further 12 months at the sole discretion of the Authority.

Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.

II.2.5) Award criteria

Quality criterion: 1) Methodology / Weighting: 10

Quality criterion: 2) Installation of Signs – Health and Safety / Weighting: 10

Quality criterion: 3) Management and Communication / Weighting: 10

Quality criterion: 4) Added Value / Weighting: 5

Quality criterion: 1) Social Value / Weighting: 10

Quality criterion: 2) Climate, Environment and UNESCO Biosphere Impact / Weighting: 5

Price / Weighting:  50

II.2.11) Information about options

Options: Yes

Description of options:

The term of the Approved Supplier List Agreement shall be 3 years with the option to extend for up to a further 12 months at the sole discretion of the Authority.

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.2.14) Additional information

There is no guarantee of value or volume of work and any values given are estimated over the whole contract term including the possible extension period.

Lot No: 1

II.2.1) Title

LOT 1 – PROVISION OF REPROGRAPHIC PRINTING

II.2.2) Additional CPV code(s)

79800000

II.2.3) Place of performance

NUTS code:

UKJ34

II.2.4) Description of the procurement

The Isle of Wight Council (“the Authority”) invited Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.

This procurement followed the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.

The Services under this ASL will include:

• Short-run, quick turnaround reprographic printing.

• Lithographic printing.

• Specialist printing (eg, stickers).

• Large format printing.

• Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.

This procurement will ensure the Authority obtains the best value for its printing and signage requirements.

This opportunity was divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.

LOT 1 – PROVISION OF REPROGRAPHIC PRINTING

This lot is for reprographic printing. Including but not limited to, committee papers, mailings, reports, short run leaflets, posters and flyers.

This is a non-exclusive, single supplier lot.

The Authority reserves the right to use an alternative route to market during the life of the ASL if it is deemed to be appropriate.

The term of the Approved Supplier List Agreement shall be 3 years with the option to extend for up to a further 12 months at the sole discretion of the Authority.

Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.

II.2.5) Award criteria

Quality criterion: 1a) Standard Process – Efficient provision / Weighting: 7

Quality criterion: 1b) Standard Process – quality management / Weighting: 7

Quality criterion: 1c) Standard Process – meeting specification / Weighting: 3

Quality criterion: 1d) Standard Process – business continuity / Weighting: 3

Quality criterion: 2) Secure Printing Process / Weighting: 3

Quality criterion: 3) Artwork and GDPR / Weighting: 3

Quality criterion: 4) Deliveries / Weighting: 3

Quality criterion: 5) Management and Communication / Weighting: 3

Quality criterion: 6) Samples / Weighting: 16

Quality criterion: 7) Added Value and Innovation / Weighting: 2

Quality criterion: 1) Social Value / Weighting: 10

Quality criterion: 2) Climate, Environment and UNESCO Biosphere Impact / Weighting: 5

Price / Weighting:  35

II.2.11) Information about options

Options: Yes

Description of options:

The term of the Approved Supplier List Agreement shall be 3 years with the option to extend for up to a further 12 months at the sole discretion of the Authority.

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.2.14) Additional information

There is no guarantee of value or volume of work and any values given are estimated over the whole contract term including the possible extension period.

Lot No: 2

II.2.1) Title

LOT 2 – SUPPLY OF SIGNAGE SERVICES

II.2.2) Additional CPV code(s)

34992000

II.2.3) Place of performance

NUTS code:

UKJ34

II.2.4) Description of the procurement

The Isle of Wight Council (“the Authority”) invited Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.

This procurement followed the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.

The Services under this ASL will include:

• Short-run, quick turnaround reprographic printing.

• Lithographic printing.

• Specialist printing (eg, stickers).

• Large format printing.

• Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.

This procurement will ensure the Authority obtains the best value for its printing and signage requirements.

This opportunity was divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.

LOT 2 – SUPPLY OF SIGNAGE SERVICES

This lot will cover forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces. Although we are unable to quantify the number or type of signs the specification document provides further details of our requirements. Some signs will be required on ‘supply only’ basis and others will require installation.

This is a non-exclusive, single supplier lot.

The Authority reserves the right to use an alternative route to market during the life of the ASL if it is deemed to be appropriate.

The term of the Approved Supplier List Agreement shall be 3 years with the option to extend for up to a further 12 months at the sole discretion of the Authority.

Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.

II.2.5) Award criteria

Quality criterion: 1) Methodology / Weighting: 10

Quality criterion: 2) Installation of Signs – Health and Safety / Weighting: 10

Quality criterion: 3) Management and Communication / Weighting: 10

Quality criterion: 4) Added Value / Weighting: 5

Quality criterion: 1)Social Value / Weighting: 10

Quality criterion: 2) Climate, Environment and UNESCO Biosphere Impact / Weighting: 5

Price / Weighting:  50

II.2.11) Information about options

Options: Yes

Description of options:

The term of the Approved Supplier List Agreement shall be 3 years with the option to extend for up to a further 12 months at the sole discretion of the Authority.

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.2.14) Additional information

There is no guarantee of value or volume of work and any values given are estimated over the whole contract term including the possible extension period.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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 Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-020940

Section V: Award of contract

Lot No: 3b

Title: Sub Lot 3b – Miscellaneous signage services (not covered in Lot 2)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/11/2023

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Indigo Graphics Ltd

Newport

PO30 5XE

UK

NUTS: UKJ34

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 50 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3b

Title: Sub Lot 3b – Miscellaneous signage services (not covered in Lot 2)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/11/2023

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

DMA Signs Limited

Leatherhead

KT22 7SU

UK

NUTS: UKJ34

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 50 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3a

Title: Sub Lot 3a – Lithographic, specialist, large format and additional reprographic printing services

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 1

Title: LOT 1 – PROVISION OF REPROGRAPHIC PRINTING

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/11/2023

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Isle of Wight NHS Trust

Newport

PO30 5TG

UK

NUTS: UKJ34

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 180 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: LOT 2 – SUPPLY OF SIGNAGE SERVICES

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/11/2023

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Indigo Graphics Ltd

Newport

PO30 5XE

UK

NUTS: UKJ34

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 50 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The estimated total combined value for Lot 1 and sub lot 3 a is £180000.00. The estimated total combined value for Lot 2 and sub lot 3 b is £50000.00

There is no guarantee of value or volume of work and any values given are estimated over the whole contract term including the possible extension period.

VI.4) Procedures for review

VI.4.1) Review body

The High Court

London

UK

VI.5) Date of dispatch of this notice

26/03/2024

Coding

Commodity categories

ID Title Parent category
79800000 Printing and related services Business services: law, marketing, consulting, recruitment, printing and security
79820000 Services related to printing Printing and related services
34992000 Signs and illuminated signs Control, safety, signalling and light equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
vanessa.squibb@iow.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.