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: Cheryl.Evans@denbighshire.gov.uk
NUTS: UKL13
Internet address(es)
Main address: www.denbighshire.gov.uk
Address of the buyer profile: https://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: procurement@denbighshire.gov.uk
NUTS: UKL23
Internet address(es)
Main address: www.flintshire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0419
I.1) Name and addresses
Denbighshire County Council
Wynnstay Road
Ruthin
LL15 1YN
UK
Telephone: +44 1824712612
E-mail: procurement@denbighshire.gov.uk
NUTS: UKL13
Internet address(es)
Main address: www.denbighshire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
Denbighshire County Council
Flintshire County Council
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com
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
Collaborative Dynamic Purchasing System – Print, Graphic Design, Signage, Specialised Print & Livery
Reference number: RFX DPS1000021REQ
II.1.2) Main CPV code
22000000
II.1.3) Type of contract
Supplies
II.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.
II.1.5) Estimated total value
Value excluding VAT:
4 295 057.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 5 lots
II.2) Description
Lot No: 1
II.2.1) Title
Print
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UKL23
UKL13
II.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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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
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 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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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
Banners & Signage
II.2.2) Additional CPV code(s)
22000000
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.
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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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
Vehicle Livery
II.2.2) Additional CPV code(s)
34000000
II.2.3) Place of performance
NUTS code:
UKL13
UKL23
II.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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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: 5
II.2.1) Title
Specialised Print
II.2.2) Additional CPV code(s)
22458000
II.2.3) Place of performance
NUTS code:
UKL13
UKL23
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
100
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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.
Justification for any framework agreement duration exceeding 4 years: Dynamic Purchasing System
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:
08/09/2021
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
08/09/2021
Local time: 15:00
Place:
Electronic
Information about authorised persons and opening procedure:
Electronic
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
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.
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
09/08/2021