Section one: Contracting authority
one.1) Name and addresses
Tai Tarian Ltd
Ty Gwyn, Brunel Way, Baglan Energy Park
Neath
SA11 2FP
Telephone
+44 1639505890
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1087
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sell2wales.gov.wales
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Graphic Design and Print Services
Reference number
936
two.1.2) Main CPV code
- 79800000 - Printing and related services
two.1.3) Type of contract
Services
two.1.4) Short description
We are seeking to issue a contract for Graphic Design and Print Services to support Tai Tarian in the delivery of its communication function.
The Contract will be split into two Lots:
Lot 1: Graphic Design
Lot 2: Print
Lots will be awarded on an individual basis to a single Supplier, a Supplier may be awarded more than one Lot.
two.1.5) Estimated total value
Value excluding VAT: £225,000
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
Graphic Design Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79822500 - Graphic design services
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
Lot 1 – Graphic Design
We need an innovative graphic design supplier to provide a creative, responsive and flexible design resource to bring our brand to life. We want to create publications to engage with a wide range of stakeholders including tenants and colleagues.
The service comprises of the provision of print ready artwork, including, but not limited to the following:
- Newspaper
- Storyboards
- Annual review
- Direct marketing – leaflet/postcards
- Branding
In addition to this, the graphic design supplier will be required to:
- Work with us to deliver engaging ideas prior to development of design work.
- Develop publications and innovative communications tools.
- Ensure that all design is in-line with our current brand and corporate identity.
- Supply the original files for our purposes as and when required.
- Liaise with the appointed Print Supplier, if awarded the Graphic Design Lot only, at no extra cost.
Further information of the requirements of this Lot can be found in Appendix 1A – Graphic Design Specification
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
36
This contract is subject to renewal
Yes
Description of renewals
The Contract will be awarded for a period of 3 years, with an option to extend for a further 2 x 1 year periods.
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
Print Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
Lot 2 – Print
Ensuring everything we print is sustainable is a key priority for this Contract.
Everything we have printed in the last 3 years has been on FSC certified, carbon balanced paper. We have balanced through World Land Trust the equivalent of 889kg of carbon dioxide enabling World Land Trust to protect 170m2 of critically threatened tropical forest.
This ties into our commitment to becoming carbon neutral by 2030 and our sustainable planet aims, which are outlined in our corporate plan (available to view on our website).
The lot comprises of the provision of a print service, including, but not limited to the following:
- Newspapers
- Annual review
- Direct marketing – leaflet/postcards
- Staff gift pack
- Stationery – compliment slips, calling cards, corporate business cards, individual business cards, pre-paid envelopes.
- Rent increase booklet.
In addition to this, the print supplier will be required to:
- Provide expert advice on printing to staff to ensure that the most cost-effective processes are used to produce print jobs.
- Ensure everything we print is done in the most sustainable way to align with our corporate aims around sustainable planet.
- Fulfil and distribute, in the most cost-effective way, tenant newspapers and rent increase booklets to approximately 9000 tenants.
- Fulfil and distribute, in the most cost-effective way, other documents as and when required.
- Liaise with the appointed graphic design supplier, if awarded the print Lot only, at no extra cost.
Further information of the requirements of this Lot can be found in Appendix 1B – Print Specification
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
36
This contract is subject to renewal
Yes
Description of renewals
The Contract will be awarded for a period of 3 years, with an option to extend for a further 2 x 1 year periods.
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
9 August 2022
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 August 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The Contract will be awarded for a period of 3 years, with an option to extend for a further 2 x 1 year periods.
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=122324.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
Tai Tarian is committed to contributing to the social, economic and environmental well-being of the wider community. Consequently, Community Benefits clauses will be a mandatory contract clause. Therefore, as a minimum requirement, Tenderers will have to agree that community benefits will become part of the contract, if a Tenderer does not agree to this, then the Tenderer will be rejected.
This means, as part of their tender response, Tenderers are asked to set out how they will deliver ‘community benefits’ through the contract by completing the ‘Menu of Options’ which will form their Community Benefits Plan, attached as Appendix 4.
Tai Tarian will be adopting the “core approach” as part of this procurement process. This means the Community Benefits Plan will be evaluated and scored as part of the tender process. However, contractual clauses will set out the specific targets for delivery, to be agreed within 60 days of commencement of the contract.
(WA Ref:122324)
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