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.

Contract Notice

Careers Wales Centre Branding

  • First published: 12 November 2021
  • Last modified: 18 November 2021
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-115777
Published by:
Careers Wales
Authority ID:
AA0504
Publication date:
12 November 2021
Deadline date:
17 November 2021
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Careers Wales has been rebranded and the Working Wales service needs to be fully incorporated. These updates have been made successfully across print materials, website and social activity and there is now a requirement for this to flow through to the Careers Wales centres located across Wales. CCDG is looking to recruit a specialist company to undertake the print and installation of external and internal new branding of up to 23 Careers Wales career centres located across Wales. NB: Centres were closed between March 2020 and July 2021 due to COVID-19. The brief will also include an initial requirement for site visits to be undertaken to all centres across Wales. This will determine the scope of work required at each centre and to provide the opportunity to measure up areas that require attention. The full scope of the work will be determined once the initial site survey has been completed and quotes received. NB: Centres vary greatly across Wales and it is expected that most centres will have old branding that will need to be taken off and replaced with either like for like or new elements. A number of new centres have been established and they carry the new look and feel branding. From these centres, a centre branding toolkit has been developed. This ‘toolkit’ includes a number of items that can be utilised across centres and will vary dependent on centre size, make up and any restrictions (i.e. if a listed building). See attached spreadsheet which documents the centre addresses and additional details. The design and artwork will be undertaken in house and provided to the installation company in a digital print ready format so there is no need to cost up for design work within this tender. See attached branding spec for the new centre in Cardiff which incorporates all elements that could be included. Proposed timescales: All site visits including measurements and recommendations to be completed by the end of WC 20 December 2021. Completion of all sites to have new branding by WC 21 March 2022.

Full notice text

CONTRACT NOTICE – NATIONAL

SERVICES

1 Authority Details

1.1

Authority Name and Address


Careers Wales

unit 4 churchill house, 17 Churchill Way,

CARDIFF

CF10 2hh

UK

Mr Paul Powell

+44 8000284844


http://www.careerswales.gov.wales
www.sell2wales.gov.wales
www.sell2wales.gov.wales

1.2

Address from which documentation may be obtained


Careers Wales

unit 4 churchill house, 17 Churchill Way,

CARDIFF

CF10 2HH

UK

Mr Paul Powell

+44 8000284844


http://www.careerswales.gov.wales

1.3

Completed documents must be returned to:


Careers Wales

unit 4 churchill house, 17 Churchill Way,

CARDIFF

CF10 2HH

UK

Mr Paul Powell

+44 3001323833


http://www.careerswales.gov.wales

2 Contract Details

2.1

Title

Careers Wales Centre Branding

2.2

Description of the goods or services required

Careers Wales has been rebranded and the Working Wales service needs to be fully incorporated. These updates have been made successfully across print materials, website and social activity and there is now a requirement for this to flow through to the Careers Wales centres located across Wales. CCDG is looking to recruit a specialist company to undertake the print and installation of external and internal new branding of up to 23 Careers Wales career centres located across Wales. NB: Centres were closed between March 2020 and July 2021 due to COVID-19.

The brief will also include an initial requirement for site visits to be undertaken to all centres across Wales. This will determine the scope of work required at each centre and to provide the opportunity to measure up areas that require attention. The full scope of the work will be determined once the initial site survey has been completed and quotes received.

NB: Centres vary greatly across Wales and it is expected that most centres will have old branding that will need to be taken off and replaced with either like for like or new elements. A number of new centres have been established and they carry the new look and feel branding. From these centres, a centre branding toolkit has been developed. This ‘toolkit’ includes a number of items that can be utilised across centres and will vary dependent on centre size, make up and any restrictions (i.e. if a listed building). See attached spreadsheet which documents the centre addresses and additional details.

The design and artwork will be undertaken in house and provided to the installation company in a digital print ready format so there is no need to cost up for design work within this tender. See attached branding spec for the new centre in Cardiff which incorporates all elements that could be included.

Proposed timescales:

All site visits including measurements and recommendations to be completed by the end of WC 20 December 2021.

Completion of all sites to have new branding by WC 21 March 2022.

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=115777.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.

2.3

Notice Coding and Classification

22120000 Publications
22121000 Technical publications
22600000 Ink
22610000 Printing ink
22611000 Intaglio ink
22612000 India ink
22900000 Miscellaneous printed matter
22993000 Photosensitive, heat-sensitive or thermographic paper and paperboard
22993100 Photosensitive paper or paperboard
22993200 Heat-sensitive paper or paperboard
22993300 Thermographic paper or paperboard
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

2.4

Total quantity or scope of tender

The maximum contract value over a 4-month period (December 2021 to end of March 2022) is up to a maximum of £150,000.

Full scope for costing will be made up of a few elements which include:

1: Site visits

2: Removal of existing branding

3: Based on the site visits - Print and installation of a number of elements within the toolkit. As we won’t know the specific requirements for each centre until the full site visits take place. To ensure costings are comparable, please provide costs for each element in appendix A. NB: Aware size differences would be a factor here when pricing.

External centre branding/signage:

1: Header trays or protruding signage

2: Window vinyl’s

Internal centre branding/signage:

1: Wall vinyl’s – this could include speech bubbles, wallpaper (if applicable but may have moved on from this), reception area signage – ‘welcome to’…this is incorporated onto the reception desk in some of the newer centres but maybe incorporated onto the walls in other centres.

2: Door numbers

3: Window frosting

Please display this as:

• Individual cost per site visit & a total cost.

• A recommended cost for removal of existing branding/signage per centre & a total cost.

• Cost of each of the five elements within the toolkit to print and install. This cost can be given per individual item and then multiplied by the amount of centres to get an indicative cost.

Section 1:

Pricing 40%

Please provide the individual and overall costs for the elements within the tender brief including site visits, print and installation, which includes removal and replacing of existing design elements.

These elements vary across centres but are envisaged to include:

External centre branding/signage:

1: Header trays or protruding signage

2: Window vinyl’s

Internal centre branding/signage:

1: Wall vinyl’s – this could include speech bubbles, wallpaper (if applicable but may have moved on from this), reception area signage – ‘welcome to’…this is incorporated onto the reception desk in some of the newer centres but maybe incorporated onto the walls in other centres.

2: Door numbers

3: Window frosting

Section 2:

Quality 60% - breakdown of 60% as listed in 1-4.

There is no requirement to add any additional information other than the answers to the section headers below.

1. Relevant experience of working on similar projects – 30%

Please provide an example, including images where applicable of where you have worked on similar projects – maximum 200 words.

2. Your personnel – 20%

Details of the experience of the personnel who will work on this brief and project, including amount of time each will be able to spend on this. Please include specific evidence showing personnel’s prior experience – maximum 300 words.

3. Environment – 5%

Careers Wales embrace sustainable development principles in all aspects of procurement to ensure that environmental, social and economic factors are considered within the framework of value for money. Please provide details of any environmental certificates that you hold and include a brief description of how you:

A. reduce waste to landfill,

B. recycle materials,

C. reduce water consumption,

D. manage business mileage.

Maximum 200 words to cover points A-D.

4. Ethical Employment 5%

CCDG has adopted the Welsh Government‘s code of practice on ethical procurement in supply chains and in order to ensure high standards of service quality in this contract we expect contractors to take a similar approach in relation to ethical working practices. Please describe how you will commit to fair working practices for workers engaged in the delivery of this contract (including any agency or sub contracted workers) maximum 200 words.

We would like to bring to the attention of our perspective suppliers guidance on the code of ethical supply chains as published by the Welsh Government.

https://gov.wales/topics/improvingservices/bettervfm/code-of-practice/?lang=en

Adopting the code voluntarily is not a requirement of this tender

3 Conditions for Participation

3.1

Minimum standards and qualification required

The contract will be awarded based on the following scoring methodology:

Section A: Price 40%

Section B: Quality 60%

The following marks are allocated to each section:

• Experience 30%

• Personnel 20%

• Environment 5%

• Ethical employment 5%

1. Very good or fully compliant submission which meets all requirements and is fully explained in comprehensive detail = between 80 and 100% of the marks available.

2. Good or fully compliant submission which meets all the requirements and is explained in reasonable detail = between 60% and 80% of the marks available

3. Satisfactory or compliant submission which meets the essential requirements and is explained in adequate detail = 40% and 60% of the marks available.

4. Weak or partially compliant (minor issues) submission where some areas fall short of requirements and is poorly explained = 20% and 40% of the marks available.

5. Unacceptable or non-compliant (major issues) submission which fails to meet requirements and is not explained = up to 20% of the marks available.

The overall scores will be combined to give an overall score for each tenderer. The tender will be awarded to the company achieving the highest score out of a maximum 100%.

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Time-limit for receipt of completed tenders
    26-11-2021  Time  14:00

Estimated award date
 06-12-2021

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN 

4.6

Tender Submission Postbox

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx

5 Other Information

5.1

Additional Information

CCDG reserves the right to reject or disqualify a Tenderer where:

the tender is submitted late, is completed incorrectly, is incomplete or fails to meet the CCDG's submission requirements.

the Tenderer is guilty of serious misrepresentation in relation to its application and / or the process; and / or

the Tenderer contravenes any of the terms and conditions of this tender; and/or

there is a change in identity (including where applicable the make up of consortia), control, financial standing or other factor impacting on the evaluation process affecting the Tenderer; and/or

where the pricing of a tender is abnormally low

The disqualification of a Tenderer will not prejudice any other civil remedies available to CCDG and will not prejudice any criminal liabilities that such conduct by a Tenderer may attract.

CCDG further reserves the right to:

cancel the tender process at any stage for any reason;

require a Tenderer to clarify their submission in writing or by means of a clarification meeting and / or provide additional information. (Failure to respond adequately may result in the disqualification of a Tenderer);

amend the terms and conditions of the tender process; and/or

award only part of the contract.

CCDG reserves the right to withdraw from the tendering process at any stage or to vary the scope of the Products required and CCDG shall not be liable to any Tenderer as a result of this action. In the event that the tender process is cancelled no part of the tender submitted shall be returned to the Tenderer. It should be noted that. CCDG will not be liable for or pay expenses or losses whatsoever which may be incurred by any tenderer in the preparation of a submission.

Tenderers acknowledge and agree by their submission that their tender remains open for acceptance by CCDG for six months from the closing date for receipt of tenders.

Communication

All contact must be made through Paul Powell who will facilitate appropriate contact with other relevant persons. Contact should be made by email to paul.powell@careerswales.com.

Tenderers must not in any way canvass or solicit information from any other employee of CCDG or its agents and / or advisers.

Clarification

Should any Tenderer wish to raise any questions or obtain any further information not contained in the tender or not otherwise publicly available all questions / requests must be submitted to Paul Powell before 5pm on 19 November to the email address paul.powell@careerswales.com.

If a question or request for clarification or further information is not made by the date referred to above, CCDG reserves the right not to respond but may, at its own discretion, endeavour to respond to the Tenderer and provide the Tenderer with any additional information to which CCDG has access, but CCDG shall not be obliged to comply with any such request and does not accept any liability or responsibility for failure to provide any such information.

CCDG will endeavour to respond to queries within seven working days and will advise Tenderers if a longer response time is required due to the nature of the query.

Tenderers are encouraged to identify issues on which they would like clarification as early as possible in the tendering process and must raise a clarification if any aspect of this tender is not clear to the Tenderer.

Right to Amend

CCDG reserves the right to issue supplementary documentation at any time during the process in order to clarify any issue or amend any aspect of the tender. All such further documentation issued by CCDG during the tendering process shall be deemed to form part of the tender and shall supersede any part of the tender to the extent indicated. CCDG may exercise the option to extend the tender period and postpone the tender return date, in the event that subsequent documentation is issued or for any other reason.

Confidentiality

CCDG and its advisors will keep confidential the tenders and any other information supplied by Tenderers during the tendering process and will use best endeavours to prevent any disclosures by their officers and employees.

Tenderers must be aware that at key stages in the project CCDG may be obliged to disclose detailed information relating to Tenders to relevant monitoring authorities and to make the key project documents available for private inspection by such authorities.

Whilst CCDG will be reasonable as regards the protection of commercially sensitive information, it can only do so in the light of the latest published guidance on this area.

Freedom of Information and Environmental Information Statement

CCDG is subject to The Freedom of Information Act 2000 (“Act”) and The Environmental Information Regulations 2004 (“EIR”).

As part of CCDG’s duties under the Act or EIR, it may be required to disclose information concerning the procurement process or the Contract to anyone who makes a request.

If the Tenderer considers that any of the information provided in their tender is commercially sensitive (meaning it could reasonably cause prejudice to the Tenderer if disclosed to a third party) then it should be clearly marked as "Not for disclosure to third parties” together with valid reasons in support of the information as being exempt from disclosure under the Act and the EIR.

CCDG will endeavour to consult with the Tenderer and have regard to comments and any objections before it releases any information to a third party under the Act or the EIR. However CCDG shall be entitled to determine in its absolute discretion whether any information is exempt from the Act and/or the EIR, or is to be disclosed in response to a request of information. CCDG must make its decision on disclosure in accordance with the provisions of the Act or the EIR and can only withhold information if it is covered by an exemption from disclosure under the Act or the EIR.

Canvassing and non-collusion

Except as specifically authorised by CCDG, Tenderers shall not approach any other Tenderer or member of CCDG’s staff with a view to seeking information in respect of any part of their submission or proposals or attempting to support or enhance their prospects of their tender being selected.

Publicity

No publicity regarding the project or the award of the contract will be permitted unless and until CCDG have given express written consent to the relevant communication. In particular, no statements should be made to the press or other similar organisations regarding the nature of any tender, its contents or any proposals relating thereto without prior written consent.

Costs

All Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their tender and the tendering process. Under no circumstances will CCDG, or any of its advisers, be liable for any costs or expenses borne by the Tenderer or any of its consortium members, subcontractors or advisers in this process or for any economic loss or other loss of profit incurred by any Tenderer in relation to the project.

Welsh Language

CCDG is committed to promoting and facilitating the use of the Welsh language and to not treat the Welsh language less favourably than English in line with the Welsh Language (Wales) Measure 2011. The successful Bidder should be aware of the provisions of the Measure and ensure that in implementing the contract the Welsh language is promoted and facilitated and not treated less favourably than English.

Compliance with Legislation

Tenderers are deemed to understand fully the processes that CCDG is required to follow under relevant European and UK legislation, particularly in relation to The Public Contracts Regulations 2006 (as amended).

Compliance with all relevant legislation is required both in the contract award procedure and during the term of any resultant contract

Jurisdiction and governing laws

All aspects of the tendering process shall be governed by and construed in accordance with the laws of England and Wales as applied in Wales and each Tenderer submits to the jurisdiction of the English and Welsh courts.

Disclaimer

None of CCDG, its advisors, or directors, officers, members, partners, employees, other staff, agents or advisers of any such person:

makes any representation or warranty (express or implied) as to the accuracy, reasonableness or completeness of the information in the tender. Any persons considering making a decision to enter into contractual relationships with CCDG following receipt of the tender should make their own investigations and their own independent assessment of CCDG and its requirement for the Products and should seek their own professional financial and legal advice; or

accepts any responsibility for the information in the tender or for its fairness, accuracy or completeness, nor shall any of them be liable for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of reliance on such information or any subsequent communication. Only the express terms of any written contract relating to the subject matter of this tender as and when it is executed shall have any contractual effect in connection with the matters to which it relates. Any such contract will be governed by English and Welsh law.

Nothing in the tender or other contract documents is or should be relied upon as a promise or representation as to CCDG's ultimate decisions in relation to this project.

No oral acceptance by CCDG of any offer or outline submissions within an offer shall be valid or binding on CCDG.

In order to further ensure a fair and competitive process, CCDG requires that all actual or potential conflicts of interest are disclosed, identified and resolved to CCDG ’s satisfaction prior to the submission of Tenders or immediately notified to CCDG in the event that any actual or potential conflict of interest comes to the Tenderer’s attention following the submission of a Tender. In such circumstances CCDG may require further information from Tenderers but reserve the right to disqualify a Tenderer from further involvement.

CCDG reserves the right to exclude Tenderers from the procurement process should actual or potential conflicts of interest be found by CCDG to confer an unfair competitive advantage on one or more Tenderers or to otherwise undermine a fair and competitive procurement process and, following consultation with the Tenderer, such actual or potential conflicts are not resolved to the satisfaction of CCDG

(WA Ref:115777)

5.2

Additional Documentation

Appendix A
Final Visuals Cardiff centre
Centres branding addresses Nov 21

5.3

Publication date of this notice

 12-11-2021

Coding

Commodity categories

ID Title Parent category
22993200 Heat-sensitive paper or paperboard Photosensitive, heat-sensitive or thermographic paper and paperboard
22612000 India ink Printing ink
22600000 Ink Printed matter and related products
22611000 Intaglio ink Printing ink
22900000 Miscellaneous printed matter Printed matter and related products
22993100 Photosensitive paper or paperboard Photosensitive, heat-sensitive or thermographic paper and paperboard
22993000 Photosensitive, heat-sensitive or thermographic paper and paperboard Newsprint, handmade paper and other uncoated paper or paperboard for graphic purposes
22610000 Printing ink Ink
22120000 Publications Printed books, brochures and leaflets
22121000 Technical publications Publications
22993300 Thermographic paper or paperboard Photosensitive, heat-sensitive or thermographic paper and paperboard

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.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
18/11/2021 15:05
Notice Cancelled
This notice has been cancelled. The original deadline date of 26/11/2021 is no longer applicable.

This tender is temporarily being placed on hold. Details will be updated next week

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf5.80 MB
This file may not be accessible.
xlsx
xlsx31.60 KB
This file may not be accessible.
PDF
PDF1.20 MB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.