Print Management Services

Print Management Service to include printing, quality control, management of ad-hoc print jobs as required, covering an extensive range of material, which may include specialized finishes and design; Warehousing, fulfilment, packing and distribution of completed work where appropriate. Print Management Service to include printing, quality control, management of ad-hoc print …

CPV: 22000000 Tryksager og beslægtede produkter, 22100000 Trykte bøger, brochurer og foldere, 22450000 Tryksager med sikkerhedstryk, 22458000 Tryksager på bestilling, 22900000 Diverse tryksager, 30199700 Trykte papirvarer, undtagen blanketter, 30199710 Trykte konvolutter, 63120000 Oplagring og pakhusvirksomhed, 63122000 Opmagasinering, 79821000 Færdigbearbejdning af trykt materiale, 79800000 Trykning og hermed beslægtede tjenesteydelser, 79810000 Trykning, 79823000 Trykning og levering, 79824000 Trykning og distribution
Frist:
4. juli 2025 12:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
Print Management Services
Tildelende organ:
Bus Eireann/Irish Bus
Tildelingsnummer:
0

1. Buyer

1.1 Buyer

Official name : Bus Eireann/Irish Bus
Legal type of the buyer : Organisation awarding a contract subsidised by a central government authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Print Management Services
Description : Print Management Service to include printing, quality control, management of ad-hoc print jobs as required, covering an extensive range of material, which may include specialized finishes and design; Warehousing, fulfilment, packing and distribution of completed work where appropriate.
Procedure identifier : 6fc687a7-4ffb-4527-9cf9-8f2df8d8c48d
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 22900000 Miscellaneous printed matter
Additional classification ( cpv ): 79810000 Printing services
Additional classification ( cpv ): 79821000 Print finishing services
Additional classification ( cpv ): 63120000 Storage and warehousing services
Additional classification ( cpv ): 63122000 Warehousing services
Additional classification ( cpv ): 22450000 Security-type printed matter
Additional classification ( cpv ): 22458000 Bespoke printed matter
Additional classification ( cpv ): 30199700 Printed stationery except forms
Additional classification ( cpv ): 30199710 Printed envelopes
Additional classification ( cpv ): 22100000 Printed books, brochures and leaflets
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 79824000 Printing and distribution services
Additional classification ( cpv ): 79823000 Printing and delivery services
Additional classification ( cpv ): 79800000 Printing and related services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Print Management Services
Description : Print Management Service to include printing, quality control, management of ad-hoc print jobs as required, covering an extensive range of material, which may include specialized finishes and design; Warehousing, fulfilment, packing and distribution of completed work where appropriate.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 22900000 Miscellaneous printed matter
Additional classification ( cpv ): 79810000 Printing services
Additional classification ( cpv ): 79821000 Print finishing services
Additional classification ( cpv ): 63120000 Storage and warehousing services
Additional classification ( cpv ): 63122000 Warehousing services
Additional classification ( cpv ): 22450000 Security-type printed matter
Additional classification ( cpv ): 22458000 Bespoke printed matter
Additional classification ( cpv ): 30199700 Printed stationery except forms
Additional classification ( cpv ): 30199710 Printed envelopes
Additional classification ( cpv ): 22100000 Printed books, brochures and leaflets
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 79824000 Printing and distribution services
Additional classification ( cpv ): 79823000 Printing and delivery services
Additional classification ( cpv ): 79800000 Printing and related services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Start date : 21/12/2025
Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : contained in tender documents
Approach to reducing environmental impacts : Other
Green Procurement Criteria : EU Green Public Procurement criteria

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Address of the procurement documents : https://buseireann.cso.coupahost.com/

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 04/07/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Not Applicable
Financial arrangement : As per documents

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : See tender documents
Organisation providing additional information about the procurement procedure : Bus Eireann/Irish Bus -
Organisation providing offline access to the procurement documents : Bus Eireann/Irish Bus -
Organisation receiving requests to participate : Bus Eireann/Irish Bus -
Organisation processing tenders : Bus Eireann/Irish Bus -

8. Organisations

8.1 ORG-0001

Official name : Bus Eireann/Irish Bus
Registration number : 119570
Postal address : 21 Phibsboro Road, Dublin 7
Town : Dublin
Postcode : D07 X2AE
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 35317033412
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 75ab7cd4-b000-465f-b1c1-3eb905ab3503 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/05/2025 10:49 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00351879-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025