Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Denbighshire County Council
Wynnstay Road
Ruthin
LL15 1YN
UK
Telephone: +44 1824712612
E-mail: michael.white@denbighshire.gov.uk
NUTS: UKL13
Internet address(es)
Main address: www.denbighshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280
I.1) Name and addresses
Flintshire County Council
County Hall, Mold
Flintshire
CH7 6NA
UK
Telephone: +44 1352701814
E-mail: michael.white@denbighshire.gov.uk
NUTS: UKL23
Internet address(es)
Main address: www.flintshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0419
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Graphic Design, Print, Banners
Reference number: 16031DCC
II.1.2) Main CPV code
79800000
II.1.3) Type of contract
Services
II.1.4) Short description
Denbighshire County Council and Flintshire County Council are seeking to establish a Framework Agreement for the Provision of Graphic Design, Print, Banners and Signage.
The Authority is seeking technically competent suppliers to deliver best value for money service and to deliver continuous improvement in costs savings and efficiency gains across the life of the Framework Agreement.
Denbighshire County Council will be leading on the Tender process on behalf of Denbighshire County Council and Flintshire County Council.
The Framework Agreement will be divided in to three distinct lots:
Lot Description Maximum Number of Suppliers per Lot
Lot 1 Print 10
Lot 2 Graphic design 15
Lot 3 Banners & Signage 5
The Framework Agreement will be awarded to successful tenderers for an initial period of two (2) years with the option of a further two (2) x one (1) year extensions.
II.1.5) Estimated total value
Value excluding VAT:
700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Print
II.2.2) Additional CPV code(s)
79810000
II.2.3) Place of performance
NUTS code:
UKL13
UKL23
II.2.4) Description of the procurement
The Supplier shall have in-house capability to print all of the requirements specified.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 34
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
option of a further two (2) x one (1) year extensions
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Graphic design
II.2.2) Additional CPV code(s)
79822500
II.2.3) Place of performance
NUTS code:
UKL13
UKL23
II.2.4) Description of the procurement
The Authority 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 in specification.
Copyright and ownership of artworks provided will remain the property of the Authority.
The Authority 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 Authority 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 Authority and must not be used for any other purpose than that specified by the Authority:
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 33
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
option of a further two (2) x one (1) year extensions
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Banners & Signage
II.2.2) Additional CPV code(s)
79800000
II.2.3) Place of performance
NUTS code:
UKL13
UKL23
II.2.4) Description of the procurement
The Supplier shall be able to source banner and pop up stands
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 33
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
option of a further two (2) x one (1) year extensions.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As specified in the tender documentation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 30
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/09/2017
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
06/09/2017
Local time: 08:00
Place:
Electronic Tender. Submisions available after midnight on day of tender/
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please note that the Proactis e-Tender documentation will be accessible a minimum of 48 hours from the publication of this
notice.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=69342.
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:
Offers from Suppliers of Goods, Equipment or Services for use in the Community are a valued and appreciated resource and should be offered in the appropriate section of the tender.
This response is voluntary and will not attract any marks.
(WA Ref:69342)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Denbighshire County Council
Wynnstay Road
Ruthin
LL15 1YN
UK
Telephone: +44 1824712225
E-mail: Procurement@denbighshire.gov.uk
Internet address(es)
URL: www.denbighshire.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting Authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision is communicated to tenderers. The award
decision notice will specify the criteria for the award of the contract/framework agreement, the reasons for the decision,
including the characteristics and relative advantages, the name and score of the successful tender: and will specify when
the standstill period is expected to end or the date before which the contracting authority will not conclude the
contract/framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the
Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or at risk of a
breach of the rules to take action in the High Court (England, Wales and Northern Ireland) Any such action must be
brought promptly (generally within 3 months) The court may order the setting aside of the award decision or may order
the Contracting Authority to amend any document and may award damages. If a framework agreement has been entered
into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract
be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days
from notification of the award (either by award decision notification or contract award notice depending upon the
circumstances) or otherwise 6 months.
VI.5) Date of dispatch of this notice
31/07/2017