Section one: Contracting authority
one.1) Name and addresses
The National Audit Office
157-197 Buckingham Palace Road, Victoria, London,
London
SW1W 9SP
Contact
Yaw Tawiah
Telephone
+44 2077987699
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Other type
Central Government
one.5) Main activity
Other activity
Auditing
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Printing, Typesetting and Design Services
two.1.2) Main CPV code
- 79810000 - Printing services
two.1.3) Type of contract
Services
two.1.4) Short description
The NAO is seeking to appoint a single provider or multiple providers to deliver services under the below lots:
•Lot 1 – Design Services and Typesetting
•Lot 2 – Printing Services
•Lot 3 – Overnight report printing
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £372,500
two.2) Description
two.2.1) Title
Design Services and Typesetting
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 30197630 - Printing paper
- 30197645 - Card for printing
- 30199310 - Embossed or perforated printing paper
- 79810000 - Printing services
- 79811000 - Digital printing services
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
Main site or place of performance
Inner London – West
two.2.4) Description of the procurement
Lot 1: Design Services and Typesetting
The requirement is for:
1. Design Services which include but are not limited to:
•Concept designs
•Production of final output files in InDesign for printing (posters, booklets, leaflets, reports)
•Image retouching
•Drawing of illustrations
•Production of infographics
•Production of multimedia outputs, including video and interactive documents
•Working to NAO standards and templates
•Taking a direct brief from third party clients
2.Typesetting
•Taking unformatted content and laying it out to NAO standards and templates (turnaround time 24 HRS).
•This work will be mainly tabular line work with no graphics
•To provide proofreading and quality control of final copy
•To provide a quick turnaround of copy, including any file amends
•File report size will be A4
It is expected that orders for design work and typesetting under this contractual agreement will be placed on an ad-hoc basis, when and if required. No work, and no level of work, is guaranteed to the supplier.
two.2.5) Award criteria
Price
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
Printing Services
Lot No
2
two.2.2) Additional CPV code(s)
- 30197630 - Printing paper
- 30199310 - Embossed or perforated printing paper
- 79810000 - Printing services
- 79811000 - Digital printing services
- 30197645 - Card for printing
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Lot 2: Printing Services
The requirement is for the printing of various outputs as set out below:
1.Offset litho print; full colour work will include but will not limited to:
•Reports and brochures
•Leaflets
•Booklets varying sizes
•Stationery
2.Full colour digital work will include but will not be limited to:
•Reports and brochures
•Leaflets
•Booklets varying sizes
3.Large format short-run full colour work will include but will not be limited to:
•Posters
•Large format graphics:
Various substrates including magnetic,
Banners,
Display Graphics,
Display Stands
4.Promotional Materials – work will include but not limited to:
•Point of sale products
•Promotional stationery
•Promotional products
It is expected that orders for printing services under this contractual agreement will be placed on an ad-hoc basis, when and if required. The contractual agreement seeks to set up a matrix price structure for common printing requirements with run on billing. No work, and no level of work, is guaranteed to the supplier.
Standards
The Supplier must have in place & work to the following standards or equivalents:
•ISO12647 - Colour management requires achievement of specific targets for colour consistency
•ISO27001 - international best practice standard for Information and Data security Management.
•ISO14001 - requires assessment and continuous reduction of all environmental impacts.
Papers must comply with FSC and PEFC Chain of Custody Accreditation (or equivalents) where appropriate.
ISO9001 - Quality management system requires monitoring of and improvements to quality products and customer satisfaction.
Where applicable, the Supplier shall adhere to United Kingdom and EU legislation for the disposal of packaging.
two.2.5) Award criteria
Price
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
Overnight Report Printing
Lot No
3
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
- 79811000 - Digital printing services
- 30197645 - Card for printing
- 30197630 - Printing paper
- 30199310 - Embossed or perforated printing paper
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
Main site or place of performance
Inner London – West
two.2.4) Description of the procurement
Lot 3: Overnight report printing
Requirement from April 2022
The NAO provides the Committee of Public Accounts with around 70 VfM reports and investigations a year.
Further information about the NAO's Value for Money Program and Value for Money reports can be found at: https://www.nao.org.uk/about-us/our-work/value-for-money-programme/
The Requirement for Overnight Report Printing
The requirement is for operational digital printing services off-site. The NAO is seeking to appoint a supplier for specialist, confidential digital printing services for the printing of a range of A4 reports.
It is expected that orders for digital printing services under this contractual agreement will be placed on an ad-hoc basis, when and if required. The contractual agreement seeks to set up a matrix price structure for common printing requirements with run on billing. No work, and no level of work, is guaranteed to the supplier.
The scope of the requirement is to supply the National Audit Office with digitally printed reports as follows:
Confidential Reports Specifications:
•Digital colour print.
•Finished size A4 portrait 210mm x 297mm.
•16pp to 72pp including covers which are stitched two wires.
•72pp including covers, perfect bound or square back stitched.
•The reports page extent ranges from 20pp text plus 4pp cover to 200pp text plus 4pp cover.
•The average report page count per is 44pp plus 4pp cover
•The estimated number of confidential reports in the contract period is expected to be around 60-80 per annum.
•The quantity required should be estimated at 50 copies, this could increase or reduce.
Finishing
The supplier shall be able to offer access to a full range of finishing services set out as below but not limited to:
•Binding including perfect binding
•Saddle stitching
Proofing
Files will be supplied as a pre-flighted print ready PDF X1/a via email, no expectation that a proof is required unless stated at time of order.
two.2.5) Award criteria
Price
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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 192-465203
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 February 2021
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SLS Print Ltd
Barley House, Sopers Road
Cuffley, Hertfordshire
EN6 4RY
Country
United Kingdom
NUTS code
- UK - UNITED KINGDOM
National registration number
04961213
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £372,500
Section six. Complementary information
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=573705656
GO Reference: GO-2021225-PRO-17845443
six.4) Procedures for review
six.4.1) Review body
National Audit Office
157 - 197 Buckingham Palace Road, Victoria
London
Telephone
+44 2077987699
Country
United Kingdom