The procurement documents are available for unrestricted and full direct access, free of charge at:
  II.1.1) Title
Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council
            Reference number: DN605488
  II.1.2) Main CPV code
  79820000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.
  This procurement follows the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.
  The Services under this ASL will include:
  • Short-run, quick turnaround reprographic printing.
  • Lithographic printing.
  • Specialist printing (eg, stickers).
  • Large format printing.
  • Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.
  This procurement will ensure the Authority obtains the best value for its printing and signage requirements.
  This opportunity is divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.
  LOT 1 – PROVISION OF REPROGRAPHIC PRINTING
  LOT 2 – SUPPLY OF SIGNAGE SERVICES
  LOT 3 – LITHOGRAPHIC, SPECIALIST, LARGE FORMAT, ADDITIONAL REPROGRAPHIC PRINTING SERVICES AND MISCELLANEOUS SIGNAGE SERVICES (NOT COVERED IN LOT 2)
  Sub Lot 3a is for lithographic, specialist and additional reprographic and large format printing. Including but not limited to, bulk printing of leaflets, mailshots, flyers and posters. Specialist printing may encompass items such as stickers, folders, as well as jobs with unusual folds, non-standard cuts, spot laminates and pantone process printing. Large format covers posters, banners, temporary signage, display systems and banners, and vehicle graphics.
  Sub Lot 3b is for miscellaneous signage requirements not covered in Lot 2.
  The Potential Supplier can submit bids for Lot 1, Lot 2, Sub Lot 3a and/or Sub Lot 3b in any combination. Bids for only part of Lot 1 or Lot 2 will be rejected.
  The term of the Approved Supplier List Agreement shall be 1 November 2023 until 31 October 2026 with the option to extend for up to a further 12 months at the sole discretion of the Authority.
  Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.
  The closing date for receipt of Tenders is 14:00Hrs on 17 August 2023.
  II.1.5) Estimated total value
  Value excluding VAT: 
			210 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
 
  
          Lot No: 3a
  
    II.2.1) Title
    Sub Lot 3a – Lithographic, specialist, large format and additional reprographic printing services
    II.2.2) Additional CPV code(s)
    79800000
    II.2.3) Place of performance
    NUTS code:
    UKJ34
    II.2.4) Description of the procurement
    The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.
    This procurement follows the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.
    The Services under this ASL will include:
    • Short-run, quick turnaround reprographic printing.
    • Lithographic printing.
    • Specialist printing (eg, stickers).
    • Large format printing.
    • Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.
    This procurement will ensure the Authority obtains the best value for its printing and signage requirements.
    This opportunity is divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.
    LOT 3 – LITHOGRAPHIC, SPECIALIST, LARGE FORMAT, ADDITIONAL REPROGRAPHIC PRINTING SERVICES AND MISCELLANEOUS SIGNAGE SERVICES (NOT COVERED IN LOT 2)
    Sub Lot 3a is for lithographic, specialist and additional reprographic and large format printing. Including but not limited to, bulk printing of leaflets, mailshots, flyers and posters. Specialist printing may encompass items such as stickers, folders, as well as jobs with unusual folds, non-standard cuts, spot laminates and pantone process printing. Large format covers posters, banners, temporary signage, display systems and banners, and vehicle graphics.
    Both Sub Lot 3a and Sub Lot 3b are non-exclusive, multiple supplier lots.
    Sub Lot 3a will have no limit to the number of suppliers providing a score of 39 or more is achieved in the tender evaluation.
    The Potential Supplier will need to indicate in Section 1.4 of the Tender Response Document (Part B) ALL LOTS document which Services it can supply.
    The Authority reserves the right to use an alternative route to market during the life of the ASL if it is deemed to be appropriate.
    The Potential Supplier can submit bids for Lot 1, Lot 2, Sub Lot 3a and/or Sub Lot 3b in any combination. Bids for only part of Lot 1 or Lot 2 will be rejected.
    The term of the Approved Supplier List Agreement shall be 1 November 2023 until 31 October 2026 with the option to extend for up to a further 12 months at the sole discretion of the Authority.
    Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.
    The closing date for receipt of Tenders is 14:00Hrs on 17 August 2023.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: 1a) Standard Process – Efficient provision
                    / Weighting: 7
    
                    Quality criterion: 1b) Standard Process – quality management
                    / Weighting: 7
    
                    Quality criterion: 1c) Standard Process – meeting specification
                    / Weighting: 3
    
                    Quality criterion: 1d) Standard Process – business continuity
                    / Weighting: 3
    
                    Quality criterion: 2) Secure Printing Process
                    / Weighting: 3
    
                    Quality criterion: 3) Artwork and GDPR
                    / Weighting: 3
    
                    Quality criterion: 4) Deliveries
                    / Weighting: 3
    
                    Quality criterion: 5) Management and Communication
                    / Weighting: 3
    
                    Quality criterion: 6) Samples
                    / Weighting: 16
    
                    Quality criterion: 7) Added Value and Innovation
                    / Weighting: 2
    
                    Quality criterion: 1) Social Value
                    / Weighting: 10
    
                    Quality criterion: 2) Climate, Environment and UNESCO Biosphere Impact
                    / Weighting: 5
    
                    Price
                    
                      / Weighting: 
                      35
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  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:
            
              Yes
            
    Description of options:
    There is the option to extend for up to a further 12 months at the sole discretion of the Authority.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    There is no guarantee of value or volume of work and any values given are estimated over the whole contract term including the possible extension period.
   
  
          Lot No: 3b
  
    II.2.1) Title
    Sub Lot 3b – Miscellaneous signage services (not covered in Lot 2)
    II.2.2) Additional CPV code(s)
    34992000
    II.2.3) Place of performance
    NUTS code:
    UKJ34
    II.2.4) Description of the procurement
    The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.
    This procurement follows the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.
    The Services under this ASL will include:
    • Short-run, quick turnaround reprographic printing.
    • Lithographic printing.
    • Specialist printing (eg, stickers).
    • Large format printing.
    • Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.
    This procurement will ensure the Authority obtains the best value for its printing and signage requirements.
    This opportunity is divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.
    LOT 3 – LITHOGRAPHIC, SPECIALIST, LARGE FORMAT, ADDITIONAL REPROGRAPHIC PRINTING SERVICES AND MISCELLANEOUS SIGNAGE SERVICES (NOT COVERED IN LOT 2)
    Sub Lot 3b is for miscellaneous signage requirements not covered in Lot 2.
    Both Sub Lot 3a and Sub Lot 3b are non-exclusive, multiple supplier lots.
    Sub Lot 3b will have up to six suppliers per Service on this Lot and suppliers may supply one or more of the services under this lot providing a minimum threshold of 30 or more is achieved in the tender evaluation.
    The Potential Supplier will need to indicate in Section 1.4 of the Tender Response Document (Part B) ALL LOTS document which Services it can supply.
    The Authority reserves the right to use an alternative route to market during the life of the ASL if it is deemed to be appropriate.
    The Potential Supplier can submit bids for Lot 1, Lot 2, Sub Lot 3a and/or Sub Lot 3b in any combination. Bids for only part of Lot 1 or Lot 2 will be rejected.
    The term of the Approved Supplier List Agreement shall be 1 November 2023 until 31 October 2026 with the option to extend for up to a further 12 months at the sole discretion of the Authority.
    Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.
    The closing date for receipt of Tenders is 14:00Hrs on 17 August 2023.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: 1) Methodology
                    / Weighting: 10
    
                    Quality criterion: 2) Installation of Signs – Health and Safety
                    / Weighting: 10
    
                    Quality criterion: 3) Management and Communication
                    / Weighting: 10
    
                    Quality criterion: 4) Added Value
                    / Weighting: 5
    
                    Quality criterion: 1) Social Value
                    / Weighting: 10
    
                    Quality criterion: 2) Climate, Environment and UNESCO Biosphere Impact
                    / Weighting: 5
    
                    Price
                    
                      / Weighting: 
                      50
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  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:
            
              Yes
            
    Description of options:
    There is the option to extend for up to a further 12 months at the sole discretion of the Authority.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    There is no guarantee of value or volume of work and any values given are estimated over the whole contract term including the possible extension period.
   
  
          Lot No: 1
  
    II.2.1) Title
    LOT 1 – PROVISION OF REPROGRAPHIC PRINTING
    II.2.2) Additional CPV code(s)
    79800000
    II.2.3) Place of performance
    NUTS code:
    UKJ34
    II.2.4) Description of the procurement
    The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.
    This procurement follows the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.
    The Services under this ASL will include:
    • Short-run, quick turnaround reprographic printing.
    • Lithographic printing.
    • Specialist printing (eg, stickers).
    • Large format printing.
    • Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.
    This procurement will ensure the Authority obtains the best value for its printing and signage requirements.
    This opportunity is divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.
    LOT 1 – PROVISION OF REPROGRAPHIC PRINTING
    This lot is for reprographic printing. Including but not limited to, committee papers, mailings, reports, short run leaflets, posters and flyers.
    This is a non-exclusive, single supplier lot.
    The Authority reserves the right to use an alternative route to market during the life of the ASL if it is deemed to be appropriate.
    The Potential Supplier will need to indicate in Section 1.4 of the Tender Response Document (Part B) ALL LOTS document which Services it can supply.
    The Authority reserves the right to use an alternative route to market during the life of the ASL if it is deemed to be appropriate.
    The Potential Supplier can submit bids for Lot 1, Lot 2, Sub Lot 3a and/or Sub Lot 3b in any combination. Bids for only part of Lot 1 or Lot 2 will be rejected.
    The term of the Approved Supplier List Agreement shall be 1 November 2023 until 31 October 2026 with the option to extend for up to a further 12 months at the sole discretion of the Authority.
    Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.
    The closing date for receipt of Tenders is 14:00Hrs on 17 August 2023.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: 1a) Standard Process – Efficient provision
                    / Weighting: 7
    
                    Quality criterion: 1b) Standard Process – quality management
                    / Weighting: 7
    
                    Quality criterion: 1c) Standard Process – meeting specification
                    / Weighting: 3
    
                    Quality criterion: 1d) Standard Process – business continuity
                    / Weighting: 3
    
                    Quality criterion: 2) Secure Printing Process
                    / Weighting: 3
    
                    Quality criterion: 3) Artwork and GDPR
                    / Weighting: 3
    
                    Quality criterion: 4) Deliveries
                    / Weighting: 3
    
                    Quality criterion: 5) Management and Communication
                    / Weighting: 3
    
                    Quality criterion: 6) Samples
                    / Weighting: 16
    
                    Quality criterion: 7) Added Value and Innovation
                    / Weighting: 2
    
                    Quality criterion: 1) Social Value
                    / Weighting: 10
    
                    Quality criterion: 2) Climate, Environment and UNESCO Biosphere Impact
                    / Weighting: 5
    
                    Price
                    
                      / Weighting: 
                      35
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  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:
            
              Yes
            
    Description of options:
    There is the option to extend for up to a further 12 months at the sole discretion of the Authority.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    There is no guarantee of value or volume of work and any values given are estimated over the whole contract term including the possible extension period.
   
  
          Lot No: 2
  
    II.2.1) Title
    LOT 2 – SUPPLY OF SIGNAGE SERVICES
    II.2.2) Additional CPV code(s)
    34992000
    II.2.3) Place of performance
    NUTS code:
    UKJ34
    II.2.4) Description of the procurement
    The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of an Approved Supplier List (ASL) for Printing Services and the Supply of Signage Services for the Isle of Wight Council.
    This procurement follows the OPEN under the Public Contract Regulations 2015. The Open procedure is a one stage procurement process which covers both selection criteria and award criteria. An Open procedure means that any organisation can respond to the advertised Contract Notice, download the tender pack and submit a tender. All tenders must be evaluated in line with the methodology and criteria set out in the tender pack. This procurement is being called an Approved Supplier List but is being set up utilising the structure of a framework agreement in accordance with regulation 33 of the Public Contract Regulation. The ASL is a Framework Agreement. A framework agreement can be defined as “a general term for agreements with suppliers which set out the terms and conditions under which specific purchases can be made throughout the term of the agreement”.
    The Services under this ASL will include:
    • Short-run, quick turnaround reprographic printing.
    • Lithographic printing.
    • Specialist printing (eg, stickers).
    • Large format printing.
    • Various forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces.
    This procurement will ensure the Authority obtains the best value for its printing and signage requirements.
    This opportunity is divided into three lots with two sub lots. A “lot” is defined as a grouping of similar services that a single procurement process has been split into. Please see the details below.
    LOT 2 – SUPPLY OF SIGNAGE SERVICES
    This lot will cover forms of signage including, but not limited to, Corporate Building Signage, Parking, Rights of Way, Licensing and Recreation Leisure and Public Spaces. Although we are unable to quantify the number or type of signs the specification document provides further details of our requirements. Some signs will be required on ‘supply only’ basis and others will require installation.
    This is a non-exclusive, single supplier lot.
    The Authority reserves the right to use an alternative route to market during the life of the ASL if it is deemed to be appropriate.
    The Potential Supplier will need to indicate in Section 1.4 of the Tender Response Document (Part B) ALL LOTS document which Services it can supply.
    The Authority reserves the right to use an alternative route to market during the life of the ASL if it is deemed to be appropriate.
    The Potential Supplier can submit bids for Lot 1, Lot 2, Sub Lot 3a and/or Sub Lot 3b in any combination. Bids for only part of Lot 1 or Lot 2 will be rejected.
    The term of the Approved Supplier List Agreement shall be 1 November 2023 until 31 October 2026 with the option to extend for up to a further 12 months at the sole discretion of the Authority.
    Potential Suppliers should note that this is a non-exclusive Approved Supplier List and that no guarantee can be given with regard to the volume or value of work under any of the lots.
    The closing date for receipt of Tenders is 14:00Hrs on 17 August 2023.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: 1) Methodology
                    / Weighting: 10
    
                    Quality criterion: 2) Installation of Signs – Health and Safety
                    / Weighting: 10
    
                    Quality criterion: 3) Management and Communication
                    / Weighting: 10
    
                    Quality criterion: 4) Added Value
                    / Weighting: 5
    
                    Quality criterion: 1)Social Value
                    / Weighting: 10
    
                    Quality criterion: 2) Climate, Environment and UNESCO Biosphere Impact
                    / Weighting: 5
    
                    Price
                    
                      / Weighting: 
                      50
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  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:
            
              Yes
            
    Description of options:
    There is the option to extend for up to a further 12 months at the sole discretion of the Authority.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    There is no guarantee of value or volume of work and any values given are estimated over the whole contract term including the possible extension period.
   
 
Potential suppliers can register their interest and download the tender pack by visiting www.procontract.due-north.com and searching for tender reference number DN605488.
The estimated values set out in this contract notice are the total estimated value for the initial term and any possible extension option(s). No value or volume of work is guaranteed.