Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall, High Street
Kingston upon Thames
KT1 1EU
Country
United Kingdom
NUTS code
UKI63 - Merton, Kingston upon Thames and Sutton
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.londontenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.londontenders.org/
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
Print & Design Framework
Reference number
DN568898
two.1.2) Main CPV code
- 79800000 - Printing and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Royal Borough of Kingston upon Thames invites tenders for the provision of design and print services that support the authority in communicating key messages. The Council is seeking to establish a framework split into two Lots:
Lot 1 – Design
(development of micro-sites and ongoing support, digital banner advertising, app development, social media and e-mail marketing campaigns and associated services, graphic design for print output, creative concept and brand development, creative page layout, typesetting and text layout).
Lot 2 – Print Services
(Printing of leaflets, publications, flyers, magazines, pamphlets, newsletters, posters, display boards, pull up banners, reports, forms and similar services as required by the council. Postage of printed material as and when required. Printing onto paper, corex, foamex, card and vinyl banners. Finishing requirements to include perfect binding, saddle stitching, wire stitching, drilling, die cutting, folding, laminating, trimming, creasing and perforation.)
The Authority intends to establish a framework contract and intends to appoint five suppliers to each Lot of the framework. The Authority reserves the right to appoint more than five suppliers to each Lot. Tenderers may bid for more than one Lot.
two.1.5) Estimated total value
Value excluding VAT: £240,000
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
Design Services
Lot No
1
two.2.2) Additional CPV code(s)
- 22314000 - Designs
- 72413000 - World wide web (www) site design services
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
Lot 1 – Design
Development of micro-sites and ongoing support, digital banner advertising, app development, social media and e-mail marketing campaigns and associated services, graphic design for print output, creative concept and brand development, creative page layout, typesetting and text layout.
two.2.5) Award criteria
Quality criterion - Name: Method Statements / Weighting: 20%
Quality criterion - Name: Examples of jobs completed / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £140,000
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
Print Services
Lot No
2
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
- 22100000 - Printed books, brochures and leaflets
- 79800000 - Printing and related services
- 79820000 - Services related to printing
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
Lot 2 – Print Services
Printing of leaflets, publications, flyers, magazines, pamphlets, newsletters, posters, display boards, pull up banners, reports, forms and similar services as required by the council. Postage of printed material as and when required. Printing onto paper, corex, foamex, card and vinyl banners. Finishing requirements to include perfect binding, saddle stitching, wire stitching, drilling, die cutting, folding, laminating, trimming, creasing and perforation.
two.2.5) Award criteria
Quality criterion - Name: Method Statements / Weighting: 20%
Quality criterion - Name: Examples of jobs completed / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £100,000
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 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: 10
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
19 November 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Council reserves the right to terminate the process at any time prior to award of contract. The Council does not bind itself to accept the lowest tender, or any tender received and reserves the right to call for new tenders should they consider this necessary. The Council shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of information requested in this contract notice or the completion or submission of any tender.
Tenderers 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. For more information about this opportunity, please visit the London Tender Portal: https://www.londontenders.org/
six.4) Procedures for review
six.4.1) Review body
The Royal Borough of Kingston upon Thames
Guildhall 2, High Street
KT1 1EU
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Public Contract Regulations 2015 the Council will incorporate a
minimum 10 calendar day standstill period at the point information on which the contract
award decision is communicated to tenderers