Section one: Contracting authority
one.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
Contact
Corporate Procurement Services
CPSProcurementAdvice@gov.wales
Telephone
+44 3000257095
Country
United Kingdom
NUTS code
UKL - WALES
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
All Wales Print Framework
Reference number
C188/2020/2021
two.1.2) Main CPV code
- 79810000 - Printing services
two.1.3) Type of contract
Services
two.1.4) Short description
All Wales Print Framework
The Framework will comprise of 4 lots:
Lot 1: Commercial High Volume Print
Lot 2: Commercial Medium to Low Volume Print (inc Digital)
Lot 3: Specialist Print and Finishing, Direct Mail, Transactional Print and fulfilment
Lot 4: Managed Service Provision
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Commercial High Volume Print
Lot No
1
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This Lot is for customers who have a requirement to deal direct with a print manufacturer for high volume print, (e.g. runs in excess of 40,000 for 8pp A4/16pp A5 etc,) for a range of print services that may include, but not be limited to brochures, catalogues, marketing literature, and reports etc.
The Supplier(s) must have in-house capability to print the requirement on their own machinery but can sub-contract certain areas where they cannot gain cost efficiencies using in-house machinery for specialist finishing applications.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10) 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
Managed Service Provision
Lot No
4
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
All Wales Print Framework
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10) 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
Commercial Medium to Low Volume Print (inc Digital) and envelopes
Lot No
2
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This Lot is for customers who have a requirement to deal direct with a print manufacturer for a range of print services of medium to low print runs (e.g. runs for 5,000 up to 40,000 of 16pp A4 /32pp A5 etc). Also Small to Medium sheet fed offset for medium runs (e.g. for 500 A4 up to 5000 8pp A4/16pp A5 etc) that may include, but not be limited to marketing literature, reports, brochures, information booklets, stationery, folders, NCR sets / pads, etc.
The Supplier(s) must have in-house capability to print the requirement on their own machinery but can sub-contract certain areas where they cannot gain cost efficiencies using in-house machinery for specialist finishing applications.
Digital copies could start at 1 copy
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10) 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, Direct Mail, Envelopes, Transactional Print and fulfilment
Lot No
3
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
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; vinyl printing; intricate gluing; hand finishing; complex folding; or any other specialist items that the customers may require.
The Supplier(s) must be able to offer services for direct mail and transactional printing that requires data personalisation in a secure environment.
The Supplier(s) must be able to source all printed items for inclusion in any direct mail campaign when required i.e. where a leaflet forms part of the campaign to be mailed, Supplier(s) may be required to source and organise the printing of any inserts.
The Supplier(s) must be able to print variable data including but not limited to text.
The Supplier(s) must be able to offer services for collation and fulfilment.
The Supplier(s) must be able to offer mailing activity services to include liaison and management of postal Supplier(s) and the ability to handle mail sorting facilities (including offering advice) in order to gain discounts from the postal operators, examples are detailed below:
- Machine capable envelopes;
- Machine readable mail;
- Address completeness and accuracy including postcode and post town matching;
- Liaising with mailing Supplier(s) to obtain the most cost effective mailing solutions for different product types.
The Supplier(s) must be able to offer a full range of dataset / database validation services for accurate and efficient mailings and to gain maximum postal discounts for both individuals and businesses that includes but is not limited to:
- Postcode Address File validation and standardisation of data records to this file for:
- Address validation;
- De-duplication of multiple data records in single and multiple files. De-duplication at individual, family or premise level. Organisational de-duplication to individual, company name or site level;
- Gone away suppression to cease sending mail that will not reach the intended recipient;
- Mortality suppression to cease sending mail to deceased individuals and businesses no longer trading;
- Mail preference screening and suppression to cease sending mail to those who have registered to this;
- National change of address file validation to update the records of home movers.
- Name formatting and salutation creation:
- List of preferred title formats and structures, non standard titles to be provided back for Customer to decide on action;
- Titles to be inferred where possible if missing, and existing titles to be checked for gender accuracy;
- Spurious text to be identified and removed or checked
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.10) 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.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 235-581482
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 48 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
six.3) Additional information
-Tender Information:
https://etenderwales.bravosolution.co.uk
- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
- On registering on the Platform the Super User will select a Username and will receive a password.
- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.
- In order to log-in to the Platform please enter your Username and Password.
- Note: If you forget your Password then visit the homepage and click “Forgot your password?”
- Registration should only be performed once for each Organisation.
- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the
Helpdesk to gain access to the Platform.
- Tenders must be uploaded to the BravoSolution portal by 14:00 on the 24th March 2021
Late bids will not be accpeted
How To Find The ITT:
- Once logged in you must click on ‘ITTs Open to all Suppliers’
- The e-tender references for this contract are: project_46107 and itt_85081
- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the 'Express an Interest' button. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITTs' on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the‘Attachments’ area.
- Any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.
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=106682
(WA Ref:106682)
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