Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

All Wales Print Framework

  • First published: 11 February 2021
  • Last modified: 11 February 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-106090
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
11 February 2021
Deadline date:
24 March 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

All Wales Print Framework The Framework will comprise of 4 lots: Lot 1: Commercial High Volume Print Lot 2: Commercial Medium to Low Volume Print (inc Digital) Lot 3: Specialist Print and Finishing, Direct Mail, Transactional Print and fulfilment Lot 4: Managed Service Provision CPV: 79810000, 79810000, 79810000, 79810000, 79810000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

UK

Contact person: Corporate Procurement Services

Telephone: +44 3000257095

E-mail: CPSProcurementAdvice@gov.wales

NUTS: UKL

Internet address(es)

Main address: https://gov.wales/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

I.3) Communication

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

https://etenderwales.bravosolution.co.uk/esop/toolkit/negotiation/rfq/modifyRfq.do?from=menu&_ncp=1608047182338.708428-1


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/esop/toolkit/negotiation/rfq/modifyRfq.do?from=menu&_ncp=1608047182338.708428-1


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://etenderwales.bravosolution.co.uk/esop/toolkit/negotiation/rfq/modifyRfq.do?from=menu&_ncp=1608047182338.708428-1


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

All Wales Print Framework

Reference number: C188/2020/2021

II.1.2) Main CPV code

79810000

 

II.1.3) Type of contract

Services

II.1.4) Short description

All Wales Print Framework

The Framework will comprise of 4 lots:

Lot 1: Commercial High Volume Print

Lot 2: Commercial Medium to Low Volume Print (inc Digital)

Lot 3: Specialist Print and Finishing, Direct Mail, Transactional Print and fulfilment

Lot 4: Managed Service Provision

II.1.5) Estimated total value

Value excluding VAT: 12 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

II.2) Description

Lot No: 1

II.2.1) Title

Commercial High Volume Print

II.2.2) Additional CPV code(s)

79810000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for customers who have a requirement to deal direct with a print manufacturer for high volume print, (e.g. runs in excess of 40,000 for 8pp A4/16pp A5 etc,) for a range of print services that may include, but not be limited to brochures, catalogues, marketing literature, and reports etc.

The Supplier(s) must have in-house capability to print the requirement on their own machinery but can sub-contract certain areas where they cannot gain cost efficiencies using in-house machinery for specialist finishing applications.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

Commercial Medium to Low Volume Print (inc Digital) and envelopes

II.2.2) Additional CPV code(s)

79810000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for customers who have a requirement to deal direct with a print manufacturer for a range of print services of medium to low print runs (e.g. runs for 5,000 up to 40,000 of 16pp A4 /32pp A5 etc). Also Small to Medium sheet fed offset for medium runs (e.g. for 500 A4 up to 5000 8pp A4/16pp A5 etc) that may include, but not be limited to marketing literature, reports, brochures, information booklets, stationery, folders, NCR sets / pads, etc.

The Supplier(s) must have in-house capability to print the requirement on their own machinery but can sub-contract certain areas where they cannot gain cost efficiencies using in-house machinery for specialist finishing applications.

Digital copies could start at 1 copy

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

Specialist Print and Finishing, Direct Mail, Envelopes, Transactional Print and fulfilment

II.2.2) Additional CPV code(s)

79810000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for customers who have a requirement to deal direct with a print manufacturer for Specialist Print and Finishing. This may include items such as: Point of Sale products; vinyl printing; intricate gluing; hand finishing; complex folding; or any other specialist items that the customers may require.

The Supplier(s) must be able to offer services for direct mail and transactional printing that requires data personalisation in a secure environment.

The Supplier(s) must be able to source all printed items for inclusion in any direct mail campaign when required i.e. where a leaflet forms part of the campaign to be mailed, Supplier(s) may be required to source and organise the printing of any inserts.

The Supplier(s) must be able to print variable data including but not limited to text.

The Supplier(s) must be able to offer services for collation and fulfilment.

The Supplier(s) must be able to offer mailing activity services to include liaison and management of postal Supplier(s) and the ability to handle mail sorting facilities (including offering advice) in order to gain discounts from the postal operators, examples are detailed below:

- Machine capable envelopes;

- Machine readable mail;

- Address completeness and accuracy including postcode and post town matching;

- Liaising with mailing Supplier(s) to obtain the most cost effective mailing solutions for different product types.

The Supplier(s) must be able to offer a full range of dataset / database validation services for accurate and efficient mailings and to gain maximum postal discounts for both individuals and businesses that includes but is not limited to:

- Postcode Address File validation and standardisation of data records to this file for:

- Address validation;

- De-duplication of multiple data records in single and multiple files. De-duplication at individual, family or premise level. Organisational de-duplication to individual, company name or site level;

- Gone away suppression to cease sending mail that will not reach the intended recipient;

- Mortality suppression to cease sending mail to deceased individuals and businesses no longer trading;

- Mail preference screening and suppression to cease sending mail to those who have registered to this;

- National change of address file validation to update the records of home movers.

- Name formatting and salutation creation:

- List of preferred title formats and structures, non standard titles to be provided back for Customer to decide on action;

- Titles to be inferred where possible if missing, and existing titles to be checked for gender accuracy;

- Spurious text to be identified and removed or checked

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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: 4

II.2.1) Title

Managed Service Provision

II.2.2) Additional CPV code(s)

79810000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

All Wales Print Framework

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the procurement documents

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: 8

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 235-581482

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/03/2021

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 25/03/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

48 months

VI.3) Additional information

-Tender Information:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the

Helpdesk to gain access to the Platform.

- Tenders must be uploaded to the BravoSolution portal by 14:00 on the 24th March 2021

Late bids will not be accpeted

How To Find The ITT:

- Once logged in you must click on ‘ITTs Open to all Suppliers’

- The e-tender references for this contract are: project_46107 and itt_85081

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the 'Express an Interest' button. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITTs' on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the‘Attachments’ area.

- Any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=106682

(WA Ref:106682)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

11/02/2021

Coding

Commodity categories

ID Title Parent category
79810000 Printing services Printing and related services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
30 November 2020
Notice type:
01 Prior Information Notice (PIN)
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
11 February 2021
Deadline date:
24 March 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
22 September 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government

About the buyer

Main contact:
CPSProcurementAdvice@gov.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.