Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  ESPO
  Barnsdale Way, Grove Park, Enderby
  LEICESTER
  LE19 1ES
  UK
  
            Contact person: Catalogue Procurement Team
  
            E-mail: tenders@espo.org
  
            NUTS: UKF22
  Internet address(es)
  
              Main address: https://www.espo.org/
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.eastmidstenders.org/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.eastmidstenders.org/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
            Other: Local Authority Services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
380_25 Supply of Catalogue Printing Services for ESPO
            Reference number: 380_25
  II.1.2) Main CPV code
  22000000
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  A framework for the supply of ESPO's catalogue printing requirements, both large and small catalogues. For delivery to the ESPO Distribution Centre, Leicester, or other nominated mailing house.
  To tender:
  (a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '380_25' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).
  II.1.5) Estimated total value
  Value excluding VAT: 
			1 500 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    Lot 1 - Large and Small ESPO Catalogues
    II.2.2) Additional CPV code(s)
    22000000
    79800000
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    The printing and delivery of large and small ESPO catalogues for delivery to the ESPO Distribution Centre, Leicester, or other nominated mailing house.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			1 500 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                01/06/2025
    
                End:
                31/05/2026
    
                  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 accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    The framework agreement has the option to extend for up to a further 36 months. The total estimated value stated includes the option period.
    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
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  The minimum financial requirement for the purposes of the current tender exercise is:
  As a minimum standard, there should be no material concerns as to the financial stability of the Tenderer indicating that the contract may not be satisfied. In order to determine this, a full financial analysis will be performed by ESPO (please see the ratios in the table at Appendix C of the Invitation to Tender document, see Section II.1.4 of this notice as to how to access the Tender documents).
  The tests that will be applied and will be undertaken on the Tenderer's last 2 years accounts (or more), or if the Tenderer has not been trading for 2 years then the financial accounts for the period that that Tenderer has been trading will be used for the analysis:
  •	Analysis of gross profit margin* 
  •	Analysis of operating profit margin* 
  •	Change in turnover* 
  •	Net profit* 
  •	Net assets 
  •	No. of debtor's days 
  •	No. of creditor's days 
  •	Stock Turnover (as applicable - normally shown as a figure p.a.) 
  •	Liquidity (Acid Test - generally the higher the better, anything greater than 1 is good. In other words your liquid assets are greater than your liquid liabilities) 
  •	Gearing (Bank Leverage) 
  •	Review of company event history (e.g. change in directors, new mortgages, other documentation filed with Companies House 
  * Public Sector bodies and Third Sector organisations that are not obliged to report on profit or turnover, will not assessed on profitability or turnover. 
  In addition to the above tests, ESPO will use a Credit Reference Agency to provide information on Tenderers. Where the Credit Reference Agency assigns the Tenderer a score indicating higher than moderate financial risk, ESPO will give further consideration to the financial information and financial stability of the Tenderer. If ESPO has any reasonable cause for concern in relation to this information that cannot be reasonably resolved then this could give rise to the tender being rejected.
  This contract will contain a contract monitoring clause which will require suppliers to ensure that there is no material detrimental change in their financial standing and/or their credit rating (as determined by use of a Credit Reference Agency).
 
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 with several operators.
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              02/05/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Duration in months: 4 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              02/05/2025
  
              Local time: 12:01
 
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 Royal Court of Justice
    The Strand
    LONDON
    WC2A 2LL
    UK
    Internet address(es)
    
              URL: https://www.justice.gov.uk/
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
 
VI.5) Date of dispatch of this notice
20/02/2025