Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Tai Tarian Ltd
Ty Gwyn, Brunel Way, Baglan Energy Park
Neath
SA11 2FP
UK
Telephone: +44 1639505890
E-mail: procurement@taitarian.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.taitarian.co.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1087
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Graphic Design and Print Services
Reference number: 936
II.1.2) Main CPV code
79800000
II.1.3) Type of contract
Services
II.1.4) Short description
We are seeking to issue a contract for Graphic Design and Print Services to support Tai Tarian in the delivery of its communication function.
The Contract will be split into two Lots:
Lot 1: Graphic Design
Lot 2: Print
Lots will be awarded on an individual basis to a single Supplier, a Supplier may be awarded more than one Lot.
II.1.5) Estimated total value
Value excluding VAT:
225 000.00
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
Graphic Design Services
II.2.2) Additional CPV code(s)
79822500
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
Lot 1 – Graphic Design
We need an innovative graphic design supplier to provide a creative, responsive and flexible design resource to bring our brand to life. We want to create publications to engage with a wide range of stakeholders including tenants and colleagues.
The service comprises of the provision of print ready artwork, including, but not limited to the following:
- Newspaper
- Storyboards
- Annual review
- Direct marketing – leaflet/postcards
- Branding
In addition to this, the graphic design supplier will be required to:
- Work with us to deliver engaging ideas prior to development of design work.
- Develop publications and innovative communications tools.
- Ensure that all design is in-line with our current brand and corporate identity.
- Supply the original files for our purposes as and when required.
- Liaise with the appointed Print Supplier, if awarded the Graphic Design Lot only, at no extra cost.
Further information of the requirements of this Lot can be found in Appendix 1A – Graphic Design Specification
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: 36
This contract is subject to renewal: Yes
Description of renewals:
The Contract will be awarded for a period of 3 years, with an option to extend for a further 2 x 1 year periods.
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
Print Services
II.2.2) Additional CPV code(s)
79810000
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
Lot 2 – Print
Ensuring everything we print is sustainable is a key priority for this Contract.
Everything we have printed in the last 3 years has been on FSC certified, carbon balanced paper. We have balanced through World Land Trust the equivalent of 889kg of carbon dioxide enabling World Land Trust to protect 170m2 of critically threatened tropical forest.
This ties into our commitment to becoming carbon neutral by 2030 and our sustainable planet aims, which are outlined in our corporate plan (available to view on our website).
The lot comprises of the provision of a print service, including, but not limited to the following:
- Newspapers
- Annual review
- Direct marketing – leaflet/postcards
- Staff gift pack
- Stationery – compliment slips, calling cards, corporate business cards, individual business cards, pre-paid envelopes.
- Rent increase booklet.
In addition to this, the print supplier will be required to:
- Provide expert advice on printing to staff to ensure that the most cost-effective processes are used to produce print jobs.
- Ensure everything we print is done in the most sustainable way to align with our corporate aims around sustainable planet.
- Fulfil and distribute, in the most cost-effective way, tenant newspapers and rent increase booklets to approximately 9000 tenants.
- Fulfil and distribute, in the most cost-effective way, other documents as and when required.
- Liaise with the appointed graphic design supplier, if awarded the print Lot only, at no extra cost.
Further information of the requirements of this Lot can be found in Appendix 1B – Print Specification
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: 36
This contract is subject to renewal: Yes
Description of renewals:
The Contract will be awarded for a period of 3 years, with an option to extend for a further 2 x 1 year periods.
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.1.8) 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:
09/08/2022
Local time: 12:00
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/08/2022
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The Contract will be awarded for a period of 3 years, with an option to extend for a further 2 x 1 year periods.
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 http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=122324.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers 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.
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:
Tai Tarian is committed to contributing to the social, economic and environmental well-being of the wider community. Consequently, Community Benefits clauses will be a mandatory contract clause. Therefore, as a minimum requirement, Tenderers will have to agree that community benefits will become part of the contract, if a Tenderer does not agree to this, then the Tenderer will be rejected.
This means, as part of their tender response, Tenderers are asked to set out how they will deliver ‘community benefits’ through the contract by completing the ‘Menu of Options’ which will form their Community Benefits Plan, attached as Appendix 4.
Tai Tarian will be adopting the “core approach” as part of this procurement process. This means the Community Benefits Plan will be evaluated and scored as part of the tender process. However, contractual clauses will set out the specific targets for delivery, to be agreed within 60 days of commencement of the contract.
(WA Ref:122324)
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
21/06/2022