Opportunity

Printing Services Dynamic Purchasing System for the South East Wales (SEW) Regional Procurement Group

  • Newport City Council

F02: Contract notice

Notice reference: 2021/S 000-000195

Published 6 January 2021, 1:56pm



The closing date and time has been changed to:

15 February 2021, 4:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Newport City Council

Civic Centre

Newport

NP20 4UR

Contact

Joanne James

Email

procurement@newport.gov.uk

Telephone

+44 1633656656

Country

United Kingdom

NUTS code

UKL21 - Monmouthshire and Newport

Internet address(es)

Main address

www.newport.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0273

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Printing Services Dynamic Purchasing System for the South East Wales (SEW) Regional Procurement Group

Reference number

NCC-2020-051

two.1.2) Main CPV code

  • 79810000 - Printing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Printing Services Dynamic Purchasing System for the South East Wales (SEW) Regional Procurement Group will consist of three lots as follows:

Lot 1: Commercial Low to High Volume Print, Direct Mail and Transactional Print, Newspaper Print and Security Print

Lot 2: Digital Print

Lot 3: Specialist Print and Finishing

The DPS will commence on the 1st April 2021 and will continue for an unspecified period of time in line with the Public Contract Regulations 2015 (subject to termination in accordance with the Standards terms). It is envisaged that the DPS will at least operate for a minimum of 4 Years.

two.1.5) Estimated total value

Value excluding VAT: £3,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Commercial Low to High Volume Print, Direct Mail and Transactional Print, Newspaper Print and Security Print

Lot No

1

two.2.2) Additional CPV code(s)

  • 79800000 - Printing and related services

two.2.3) Place of performance

NUTS codes
  • UKL - WALES
  • UKL15 - Central Valleys
  • UKL21 - Monmouthshire and Newport
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL17 - Bridgend and Neath Port Talbot

two.2.4) Description of the procurement

This Lot is for customers who have a requirement to deal direct with a print manufacturer for commercial low to high volume print for a range of print services that may include, but not be limited to brochures, catalogues, marketing literature, information booklets, stationery, folders, NCR sets, envelopes and reports etc.

Direct Mail and Transactional Print, Newspaper Print and Security Print is also a requirement of this Lot but not all suppliers appointed to this Lot have to facilitate these services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £336,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 12

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Digital Print Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 79811000 - Digital printing services

two.2.3) Place of performance

NUTS codes
  • UKL - WALES
  • UKL15 - Central Valleys
  • UKL16 - Gwent Valleys
  • UKL21 - Monmouthshire and Newport
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL17 - Bridgend and Neath Port Talbot

two.2.4) Description of the procurement

This Lot is for customers who have a requirement to deal direct with a print manufacturer for low volume / quick turnaround Digital Print services that may include, but not be limited to marketing literature, reports, business stationery, envelope print and forms/pads

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £376,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 20

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Specialist Print and Finishing

Lot No

3

two.2.2) Additional CPV code(s)

  • 79800000 - Printing and related services

two.2.3) Place of performance

NUTS codes
  • UKL - WALES
  • UKL15 - Central Valleys
  • UKL16 - Gwent Valleys
  • UKL21 - Monmouthshire and Newport
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL17 - Bridgend and Neath Port Talbot

two.2.4) Description of the procurement

This Lot is for customers who have a requirement to deal direct with a print manufacturer for Specialist Print and Finishing. This may include items such as: Point of Sale products; promotional items; vinyl printing; PVC printing; banners; intricate gluing; hand finishing; complex folding; sample bags, or any other specialist items that the customers may require.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £88,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

9 February 2021

Local time

4:00pm

Changed to:

Date

15 February 2021

Local time

4:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 April 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

1. The South East Wales Regional Procurement Delivery Group acts on behalf of the Customers within South East Wales to deliver value for money from the procurement of common and repetitive goods and services that are no longer procured by the National Procurement Service. The following public sector organisations have confirmed their participation in the Print DPS:

Blaenau Gwent County Borough Council, Bridgend County Borough Council, Caerphilly County Borough Council, Cardiff Council, Merthyr Tydfil County Borough Council, Monmouthshire County Council, Newport City Council, Rhondda Cynon Taff County Borough Council, Torfaen County Borough Council, Vale of Glamorgan Council and the South Wales Fire Service.

This list may be subject to change if further organisations sign up to use the DPS, or if any of these organisations are replaced during the life of the agreement. In addition, the DPS will be available for use by Welsh Ministers, their agencies, sponsored and statutory bodies and other contracting authorities funded by them, whether or not they operate independently of Welsh Ministers i.e. including but not limited to all Local Authorities, NHS Trusts and Health Boards, Police and Crime Commissioners and Police forces, Fire Services.

2. Register your company on the etenderwales portal (this is only required once)

- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

- Click the “Suppliers register here” link

- Agree to the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the Project

- Login to the portal with the username/password

- Click the “PQQs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ (pqq_33055) available from 8th January 2020 to access the content.

- Click the “Express Interest” button in the “Actions” box on the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code to access the content

3. Responding to the tender

- You can now choose to “Create Response” or “Decline to Respond” (please give a reason if declining)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ.

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8am – 6pm) on:

- email: help@bravosolution.co.uk

- Phone: 0800 368 4850

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=107041

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Please see the Specification for more details.

(WA Ref:107041)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom