Tender

Collaborative Dynamic Purchasing System – Print, Graphic Design, Signage, Specialised Print & Livery

  • Denbighshire County Council
  • Flintshire County Council
  • Denbighshire County Council

F02: Contract notice

Notice identifier: 2021/S 000-019228

Procurement identifier (OCID): ocds-h6vhtk-02d28b

Published 9 August 2021, 3:55pm



Section one: Contracting authority

one.1) Name and addresses

Denbighshire County Council

Wynnstay Road

Ruthin

LL15 1YN

Email

Cheryl.Evans@denbighshire.gov.uk

Telephone

+44 1824712612

Country

United Kingdom

NUTS code

UKL13 - Conwy and Denbighshire

Internet address(es)

Main address

www.denbighshire.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280

one.1) Name and addresses

Flintshire County Council

County Hall, Mold

Flintshire

CH7 6NA

Email

procurement@denbighshire.gov.uk

Telephone

+44 1352701814

Country

United Kingdom

NUTS code

UKL23 - Flintshire and Wrexham

Internet address(es)

Main address

www.flintshire.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0419

one.1) Name and addresses

Denbighshire County Council

Wynnstay Road

Ruthin

LL15 1YN

Email

procurement@denbighshire.gov.uk

Telephone

+44 1824712612

Country

United Kingdom

NUTS code

UKL13 - Conwy and Denbighshire

Internet address(es)

Main address

www.denbighshire.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280

one.2) Information about joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries, state applicable national procurement law

Denbighshire County Council

Flintshire County Council

one.3) Communication

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

https://supplierlive.proactisp2p.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com

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

Collaborative Dynamic Purchasing System – Print, Graphic Design, Signage, Specialised Print & Livery

Reference number

RFX DPS1000021REQ

two.1.2) Main CPV code

  • 22000000 - Printed matter and related products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Denbighshire County Council and Flintshire County Council are seeking to establish a Dynamic Purchasing System for the Provision of Print, Graphic Design, Banners and Signage, Vehicle Livery and Specialist Publications.

¬

The Councils are seeking technically competent suppliers to deliver best value for money service and to deliver continuous improvement in costs savings and efficiency gains

Denbighshire County Council will be leading on the Tender process on behalf of Denbighshire County Council and Flintshire County Council.

The DPS will be divided in to five distinct lots:

Lot Description

Lot 1 – Print

Lot 2 – Graphic design

Lot 3 – Banners & Signage

Lot 4 – Vehicle Livery

Lot 5 – Specialist Publications

A dynamic purchasing system (DPS), is a method of procurement, used for the supply of goods and/or services. It’s different to traditional procurement routes as it operates an ‘open market’ for suppliers to join either constantly or very frequently. This allows buyers to continually expand their network of suppliers and welcome new businesses that can meet their changing needs.

The DPS will be evaluated on the basis of 100% Quality.

Social benefits and carbon reduction elements will form part of the evaluation and Project Management process.

two.1.5) Estimated total value

Value excluding VAT: £4,295,057

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

two.2) Description

two.2.1) Title

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
  • UKL23 - Flintshire and Wrexham
  • UKL13 - Conwy and Denbighshire

two.2.4) Description of the procurement

The Supplier shall have in-house capability to print all of the requirements specified.

Types of Print (but not limited to)

-Adverts (press and magazine)

-Booklets/brochures

-Reports

-Leaflets

-Flyers

-Pamphlets

-Annual Reports

-General Marketing Literature

-Document covers/style guides

-Direct marketing(leaflets/flyers)

-Tourism brochures

-Newsletters

-Standard forms

-Infographics

-NCR books

-Posters

-Business cards

-Stationery

Types of Finishing

-Die cutting

-Perforation

-Folding

-Saddle Stitching

-Gluing

-Perfect Binding

-Varnishing

-Drilling

-Creasing

-Section Sewing

-Numbering

-Laminating

-Wirebinding

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

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

Duration in months

72

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

Graphic Design

Lot No

2

two.2.2) Additional CPV code(s)

  • 79822500 - Graphic design services

two.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

The Council requires the provision of the design of Digital and Print ready artwork and digital format artwork for a number of different print and display formats, including but not limited to list shown below:

Copyright and ownership of artworks provided will remain the property of the Council.

The Council will require the ability to transfer any printed document to digital so it can be used for digital marketing campaigns and PR campaigns. The format of the Designs supplied must accommodate this.

Any artworks provided by the Council for the production of print work must be returned with the goods supplied and for the avoidance of any doubt will remain the property of the Council and must not be used for any other purpose than that specified by the Council:

-Adverts(press and magazine)

-Booklets/brochures

-Reports

-Leaflets

-Flyers

-Pamphlets

-Annual Reports

-General Marketing Literature

-Document covers/style guides

-Direct marketing(leaflets/flyers)

-Tourism brochures

-Newsletters

-Standard forms

-Design of logos and templates

-Infographics

-Design exhibition panels

-Banner and signage design

The Supplier shall be able to:

-provide application and interpretation of a customer’s brand guidelines and Welsh Language Standards with the ability to work to the customer’s artwork requirements

-produce a first rough of draft artwork

-supply visual, artwork and proofs in a digital format

-provide a hard copy visual, artwork and proofs when required

-provide page layout services

-supply print ready artwork

-supply artwork ready for online publishing and email

-provide proof reading services in a range of languages (Welsh and English)

-provide artwork for online templates

-provide copywriting and editorial services

-provide image research and sourcing (photography and illustration) services

-provide photography and retouching services

-provide illustration commissioning services

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

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

Duration in months

72

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

Banners & Signage

Lot No

3

two.2.2) Additional CPV code(s)

  • 22000000 - Printed matter and related products

two.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

The Supplier shall have in-house capability to print all of the requirements specified.

Types of Print (but not limited to)

-Adverts (press and magazine)

-Booklets/brochures

-Reports

-Leaflets

-Flyers

-Pamphlets

-Annual Reports

-General Marketing Literature

-Document covers/style guides

-Direct marketing(leaflets/flyers)

-Newsletters

-Standard forms

-Infographics

-NCR books

-Posters

-Business cards

-Stationery

Types of Finishing

-Die cutting

-Perforation

-Folding

-Saddle Stitching

-Gluing

-Perfect Binding

-Varnishing

-Drilling

-Creasing

-Section Sewing

-Numbering

-Laminating

-Wirebinding

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

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

Duration in months

72

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

Vehicle Livery

Lot No

4

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

The supplier shall

-provide application and interpretation of a customer’s brand guidelines and Welsh Language Standards where applicable with the ability to work to the customer’s artwork requirements

-Design artwork for approval by Fleet and Communications Team using the DCC branding

-Install on site the vehicle livery

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

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

Duration in months

72

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

Specialised Print

Lot No

5

two.2.2) Additional CPV code(s)

  • 22458000 - Bespoke printed matter

two.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

The supplier shall

-The Supplier shall have in-house capability to print all of the requirements specified

Print Type

-High Quality Art Books and Exhibition Catalogues

Plant

-B1 and B2 6 colour presses

-Digital SRA3 and/or B2 press

Finishing

-Die Cutting

-Perforation

-Folding

-Saddle Stitching

-Gluing

-Perfect, Case and Cloth Binding

-Varnishing

-Drilling

-Creasing

-Laminating

-UV Varnishing

-PUR Binding

-Embossing / De-bossing

-Singer Sewing

-Foil Blocking

-Hand Finishing and Making Up

Additional requirements:

-ISO 90001 Quality Management

-ISO 14001 Environmental Management

-FSC® Certified (FSC-C003554)

-Offer guidance, advice and support to the DCC/DLL and the Graphic Design agency providing artwork.

-Offer the ability to press-pass projects on request.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 100

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

Duration in months

72

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Dynamic Purchasing System

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

8 September 2021

Local time

3:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 September 2021

Local time

3:00pm

Place

Electronic

Information about authorised persons and opening procedure

Electronic


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

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=113074.

(WA Ref:113074)

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