- Scope of the procurement
- Lot 1. Standard print
- Lot 2. Mailing
- Lot 3. Large format, signage and display printing
- Lot 4. Security Printing and Confidential Printing - General
- Lot 5. Branded promotional products, specialist printing and binders
- Lot 6. Creative services design and artwork for print and digital media
- Lot 7. Copywriting and proof-reading
- Lot 8. Photography
- Lot 9. Digital Communications
- Lot 10. Marketing Communications
- Lot 11. Filming and Videography
- Lot 12. Door-to-door Distribution
- Lot 13. Secure Printing – Electoral Services
Section one: Contracting authority
one.1) Name and addresses
Haringey Council
London
N22 7TR
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://app.panacea-software.com/haringey/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://app.panacea-software.com/haringey/
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
https://app.panacea-software.com/haringey/
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
Dynamic Purchasing System for Design, Print and Related Services
Reference number
22-037
two.1.2) Main CPV code
- 22000000 - Printed matter and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The London Borough of Haringey will procure all its Design, Print and Related Services requirements using this Dynamic Purchasing System contract
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
Standard print
Lot No
1
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This category includes printing and delivery of materials including posters,
leaflets, booklets or brochures, flyers, stationery, NCR forms and high-volume
copying, on any of the following: SRA1/B1, SRA2/B2 or SRA3/B3 sheet fed litho
presses, web-offset presses, digital presses.
Examples include (but not limited to):
• A4 / A5 / 99 x 210mm brochures, leaflets or flyers
• A4/A3/A2/A1 posters
• Oversize A4 / A5 pocket folders
• Forms, NCR pads, headed paper, compliment slips, business cards,
envelopes, receipt books
• Magazines and newsletters
• Documents, council meeting papers and agendas*, reports.
*Where printed materials are subject to statutory timing requiring same-day or
24-hour turnaround, the selection criteria will include the supplier’s proximity to
the buying authority and speed of delivery service offered.
Suppliers shall ensure printed products supplied under the Framework meet the
mandatory minimum standards set out by the Government buying Standards
www.gov.uk/government/publications/sustainable-procurement-the-gbs-forpaper-
and-paper-products
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Mailing
Lot No
2
two.2.2) Additional CPV code(s)
- 64110000 - Postal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This category covers preparing mailings for delivery by Royal Mail and other
delivery providers.
Examples include (but not limited to):
• Personalisation and mailing – e.g., printing, collating and match-mailing
varying documents, personalised letter(s) and printed reply envelopes and
stuffing in envelopes. Apply mail-sort order and bag to royal-mail
requirements to attract optimal postal discounts, and post using required
class using buyer’s royal-mail account.
• Hybrid mailing and same-day mailing for including letters, statements,
bills, inserts and any other correspondence. Personalise, collage, pack and
apply mail-sort order and bag to royal-mail requirements to attract
optimal postal discounts, and post using required class, using supplier or
buyer’s Royal-Mail account as specified for each requirement.
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Large format, signage and display printing
Lot No
3
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This category covers the production of large posters, signage and display boards.
Examples include (but not limited to):
• A2 – A0 size 4 colour inkjets onto satin photo paper 170gsm mounted on
3mm – 5mm Foamex board.
• Large format display stands.
• Signage, lamp-post banners, outdoor advertising and livery
• Pop up’/’Pull up’ display stands
• Large and small format vinyl print and affixing, including PVC banners
printed 4-colour, hemming and eye-letting, for indoor and outdoor use
• ‘Six-sheet’ (’ (1750mm x 1185mm) and bespoke (3250mm x 1200mm)
posters
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Security Printing and Confidential Printing - General
Lot No
4
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
- 79820000 - Services related to printing
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This category covers all secure and confidential printing for the Council and its
partners and includes:
Examples include (but not limited to):
• Parking stationery e.g., parking permits/discs, such as a PCN Rolls,
Parking Scratch Cards (including latex one side & overprint black wording
on latex and numbering)
• Confidential service reports, confidential statement of cases (investigation
into staff), Surveyors reports for planning, Democratic – agendas, audits,
Cabinet reports
• Payslips and P60s (including personalisation, fulfilment and mailing
• Cheque printing
Where printed materials are subject to statutory timing requiring same-day or 24-
hour turnaround, the selection criteria will include the supplier’s proximity to the
buying authority and speed of delivery service offered.
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Branded promotional products, specialist printing and binders
Lot No
5
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This category covers items such as (but not limited to):
• Tote bags
• T-shirts
• Bespoke pens
• Bespoke pencils
• Mugs
• Sports drinking bottles
• USB sticks
Page 4 of 7
• Stickers
• Binders,
• ID Badges
• Flexo printing, etc
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Creative services design and artwork for print and digital media
Lot No
6
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This category spans from concept designs for large campaigns to creative design
and simple artwork following a style guide, and includes illustration, imagery,
photo editing, and associated creative services – for print and new media.
Creative concepts should be appropriate for the audience and intended channel,
support the campaign’s key messages and for its intended output and must -
strictly adhere to the buying authority’s corporate identity standards.
All artwork must be produced and submitted using the latest software.
All copyright of design and content created must be signed over to the
commissioning authority on commencement of work.
All concepts and final drafts must be provided to the buyer for approval prior to
completion.
Examples include (but are not limited to):
• Concepts for campaigns, branding and/or individual items
• Design for advertising, print and/or digital media
• Illustration, image search and image manipulation
• Artwork in appropriate format for print, online, social media or digital
media
• Creation of templates for branded materials, presentations,
advertisements or banner pages
• Updating previous artwork with new concept.
Editable artwork files and images must be provided together with the final
artwork or production files on completion of each order.
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Copywriting and proof-reading
Lot No
7
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This category will involve copywriting for a diverse range of subject matter
normally covered in local authority. The content maybe promotional, factual or
technical. It also covers sub-editing and proof-reading services for any briefings,
documents, online materials as well as design or artwork produced.
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Photography
Lot No
8
two.2.2) Additional CPV code(s)
- 79990000 - Miscellaneous business-related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot covers relevant photography projects for any given requirement. This
category includes photography, photographic editing and production services for
editorial, advertising, technical, promotional or marketing applications.
Suppliers may be subject to a Disclosure and Barring Service (DBS) check before
undertaking work with children and young people and will need to abide by the
buying authority's consent policy and protocol.
Suppliers will be required to submit photography electronically to the buyer
directly onto the Design, Print and Related Services DPS ("DPS Portal") for
approval before finalisation. Suppliers must ensure they adhered to GDPR
legislation when taking photographs of individuals or property by using the
buying authority's consent form.
Suppliers must request the consent form from the buyer if it is not appended to
an order for these services.
All copyright of content created and photographed is to be assigned to the
buying authority.
The Supplier must notify the buyer in advance of any chargeable travel expenses
and such expenses can only be paid where agreement to do so is confirmed on
an approved order sent to the supplier via the DPS Portal.
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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 Communications
Lot No
9
two.2.2) Additional CPV code(s)
- 79340000 - Advertising and marketing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This category covers the provision of technical services and/or content for all
areas of digital communications. Examples include (but not limited to):
• E-newsletters and email marketing
• Web application and/or web content development and creative input
• E-brochures (using Flash/Java/HTML 5 technology)
• Social Media marketing including Facebook, Twitter, Instagram, Pinterest
• Google ads
• Interactive pdfs
• Search engine optimisation
• Mobile marketing
• Page-turn software
• Viral Videos
• iAd
NB: The Design element of this work is covered in Lot 6.
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Marketing Communications
Lot No
10
two.2.2) Additional CPV code(s)
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
There may be times when the in-house team does not have the capacity to run a
complete Marketing campaign or specific areas of specialism. As a result, this Lot
is to allow us to commission a company/agency to do this on behalf of an inhouse team. For example, there this may include work for Public Health or
campaigns that are focussed on behaviour change. This Lot also allows us to
commission a company to run a complete marketing campaign or specific areas
of specialism on behalf of the buying authority.
Examples include (but are not limited to):
• Strategic communication advice and guidance to help the authority's
services to achieve their objectives by communicating the right messages,
to the right people, in the right way, and at the right time.
• Producing and implementing new communication campaigns using the ‘inhouse’ style and corporate identity.
• Implementing existing campaigns
• Evaluating marketing and communications activity
Work may include (but is not limited to):
• Setting communication objectives
• Identifying key messages
• Identifying key audience
• Obtaining required resources
• Evaluation of activity
• Social Marketing
• Digital Marketing
• Direct Marketing
• Public Relations
• Copywriting
• Proofreading
• Business-to-business
• Business-to-consumer
• Internal communications
• Public Consultation
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Filming and Videography
Lot No
11
two.2.2) Additional CPV code(s)
- 79340000 - Advertising and marketing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot covers relevant filming projects for any given requirement. This
category includes filming, videography and film editing and production services
for editorial, advertising, technical, promotional or marketing applications.
Suppliers may be subject to a Disclosure and Barring Service (DBS) check before
undertaking work with children and young people and will need to abide by the
buying authority's consent policy and protocol.
Suppliers will be required to submit this work electronically to the buyer directly
onto the Design, Print and Related Services DPS ("DPS Portal") for approval
before finalisation.
Suppliers must ensure they adhered to GDPR legislation when filming individuals
or property by using the buying authority's consent form.
Suppliers must request the consent form from the buyer if it is not appended to
an order for these services. All copyright of content created and filmed is to be
assigned to the buying authority.
The Supplier must notify the buyer in advance of any chargeable travel expenses
and such expenses can only be paid where agreement to do so is confirmed on
an approved order sent to the supplier via the DPS Portal.
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Door-to-door Distribution
Lot No
12
two.2.2) Additional CPV code(s)
- 64110000 - Postal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This category covers distribution of a residents’ magazine and other brochures or
printed materials, to local residents and businesses within a specified area or
postcode(s). This category includes the delivery of either unaddressed items or
addressed items.
Examples include (but not limited to):
• Door-to-door distribution – e.g., 98,000 residential addresses x 1 preprinted magazine
• Distribution to specific areas for housing - e.g., a pack containing
multiple printed items (letter, brochure, translation sheets)
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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
Secure Printing – Electoral Services
Lot No
13
two.2.2) Additional CPV code(s)
- 22450000 - Security-type printed matter
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This category also covers Electoral and Electoral Registration printing in
accordance with the Electoral Commissions guidelines and procedures, it may
include postage.
The supplier must have a proven track record of delivery Election and Election
Registration print.
Postal packs may have to be produced at printers within a specified distance of
the buying authority's offices to facilitate their required Quality Assurance
Testing.
The requirements of electoral print include (but are not restricted to):
• Postal vote mailings including outgoing envelope, ballot paper, postal vote
statement, ballot paper envelope, return envelope, spares and samples.
• Polling Station Ballet Papers
• Large format ballot papers
• Election Annual Canvas
The contractor must ensure that all confidential and sensitive material to be
stored within a secure environment.
Additional security requirements, quality assurance (e.g., site visits), timing, and
data protection requirements and winning supplier selection criteria may be
specified by the buying authority for work falling within this Lot.
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
Start date
8 August 2022
End date
7 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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.2.14) Additional information
The Authority may decide to extend this Dynamic Purchasing System Contract by a period of up to two years in two twelve-month periods.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 July 2026
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 July 2026
Local time
12:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
London Borough of Haringey
London
Country
United Kingdom