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 Drukwerk en aanverwante producten, 22100000 Boeken, brochures en folders, 22450000 Onvervalsbaar drukwerk, 22458000 Maatdrukwerk, 22900000 Divers drukwerk, 30199700 Gedrukt kantoormateriaal, met uitzondering van formulieren, 30199710 Gedrukte enveloppen, 63120000 Opslag- en magazijndiensten, 63122000 Opslag in magazijn, 79821000 Afwerken van drukwerk, 79800000 Drukkerij- en aanverwante diensten, 79810000 Drukkerijdiensten, 79823000 Drukkerij- en afleveringsdiensten, 79824000 Drukkerij- en distributiediensten
Deadline:
4 juli 2025 12:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Print Management Services
Toekennende instantie:
Bus Eireann/Irish Bus
Gunningsnummer:
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