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

Print and Related Services Dynamic purchasing system.

  • First published: 17 July 2024
  • Last modified: 17 July 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-047dba
Published by:
Portsmouth City Council
Authority ID:
AA20789
Publication date:
17 July 2024
Deadline date:
15 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Portsmouth City Council ('the council') is inviting requests to participate from suitably qualified suppliers to be admitted to a dynamic purchasing system (DPS) to provide print, design, distribution, merchandise and related services.

The Council has worked with Panacea Applications Limited to introduce a web-based system, Panacea Software ("DPS Portal"), to manage this DPS. The Council will use this system for the procurement of their print, design, distribution, merchandise and related services. ("the Services").

The DPS is divided into the following service categories (each being a "Service Category"):

• Lot 1/1a: Standard print/Specialist Digital printing

• Lot 2/2a: Magazines and brochures/Fulfilment and mailing

• Lot 3: Signage and large format printing

• Lot 4: Parking-specific items

• Lot 5: Branded promotional items and merchandise

• Lot 6: Envelopes

• Lot 7: Mailing and fulfilment

• Lot 8: Door to door distribution

• Lot 9: Creative services

The Council will run the procurement process in accordance with the 'Restricted Procedure' as set out within the Public Contract Regulations (2015). The procurement programme is set out below:

Selection stage documents available on Panacea 16/07/24

SQ return deadline 15/08/24

Evaluation of SQs completed 23/08/24

Selection decision notified to candidates 30/08/24

Start of DPS 02/09/24

A Supplier that is interested in providing Print and Related Services to the Contracting Authority will need to apply to join the DPS Portal by creating an account and submitting their Response to the Standard Selection Questionnaire online the URL for which is below:

https://app.panacea-software.com/portsmouth/

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO12AL

UK

Contact person: Procurement Service

Telephone: +44 2392688235

E-mail: procurement@portsmouthcc.gov.uk

NUTS: UKJ31

Internet address(es)

Main address: https://www.portsmouth.gov.uk/

Address of the buyer profile: https://www.portsmouth.gov.uk/

I.3) Communication

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

https://app.panacea-software.com/portsmouth/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://app.panacea-software.com/portsmouth/


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

Print and Related Services Dynamic purchasing system.

II.1.2) Main CPV code

79800000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Portsmouth City Council ('the council') is inviting requests to participate from suitably qualified suppliers to be admitted to a dynamic purchasing system (DPS) to provide print, design, distribution, merchandise and related services.

The Council has worked with Panacea Applications Limited to introduce a web-based system, Panacea Software ("DPS Portal"), to manage this DPS. The Council will use this system for the procurement of their print, design, distribution, merchandise and related services. ("the Services").

The DPS is divided into the following service categories (each being a "Service Category"):

• Lot 1/1a: Standard print/Specialist Digital printing

• Lot 2/2a: Magazines and brochures/Fulfilment and mailing

• Lot 3: Signage and large format printing

• Lot 4: Parking-specific items

• Lot 5: Branded promotional items and merchandise

• Lot 6: Envelopes

• Lot 7: Mailing and fulfilment

• Lot 8: Door to door distribution

• Lot 9: Creative services

The Council will run the procurement process in accordance with the 'Restricted Procedure' as set out within the Public Contract Regulations (2015). The procurement programme is set out below:

Selection stage documents available on Panacea 16/07/24

SQ return deadline 15/08/24

Evaluation of SQs completed 23/08/24

Selection decision notified to candidates 30/08/24

Start of DPS 02/09/24

A Supplier that is interested in providing Print and Related Services to the Contracting Authority will need to apply to join the DPS Portal by creating an account and submitting their Response to the Standard Selection Questionnaire online the URL for which is below:

https://app.panacea-software.com/portsmouth/

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: 1/1a

II.2.1) Title

Standard print and Specialist Digital printing

II.2.2) Additional CPV code(s)

22000000

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

Lot 1 includes printing and delivery of our standard, regularly produced items. The items may be printed by sheet-fed litho, web-offset litho or digitally, depending on quantity and speed of required delivery.

Quantity printed per job varies from single copies to 25,000. Most jobs are 500 to 5,000 copies.

All paper should be sustainably sourced and accredited as recycled, FSC 100% or FSC Mix.

Some jobs may need additional finishing such as die-cutting, laminating, spot UV, foil block, scoring, or hand-finishing.

There is a sub lot - 1a - Specialist Digital Printing is for suppliers offering digital printing on a range of substrates, on dark materials and / or of labels and packaging materials. This lot is used for work such as this which is produced on different materials and requires greater flexibility than many commercial printing requirements. This work requires the ability to digital print on darker materials. See specification for more details.

Lot 1a can only be applied for by those suppliers applying to Lot 1

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: 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:

The initial DPS term will be for 3 years with possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council.

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

Lot 1 will be live immediately.

Lot No: 2/2a

II.2.1) Title

Magazines and brochures/Fulfilment and mailing

II.2.2) Additional CPV code(s)

22100000

79800000

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

Lot 2 includes Portsmouth City Council's two resident magazines - Flagship and House Talk - and one magazine for Gosport Borough Council - At Your Service. It also includes the Portsmouth visitor guide. We occasionally have a need for additional magazines for a special subject and these are referred to as ad-hoc magazines. Some of these publications require distribution, either by Royal Mail or to regional distribution centres.

Lot 2 requires a proof-reading service to be carried out on all jobs.

Additional magazines and brochures are required on an ad-hoc basis. Specifications vary. These may include finishes not used in our standard magazines such as perfect binding, PUR binding, lamination, spot UV or foil blocking.

Lot 2a is to select appropriate suppliers for instances for which we require the printer to also mail.

Lot 2a can only be applied for by those suppliers applying to Lot 2

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: 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:

The initial DPS term will be for 3 years with possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council.

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

Lot 2 will be live immediately.

Lot No: 3

II.2.1) Title

Signage and large format printing

II.2.2) Additional CPV code(s)

22900000

34928470

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

Lot 3 is for a wide range of signs and display materials produced in varying materials including foamex, vinyl, acrylic, metal and wood.

This includes but is not limited to:

• printed self adhesive vinyl

• cut self adhesive vinyl

• printed self adhesive contravision vinyl

• printed PVC vinyl banners, including hemming and eyeletting

• printed pull up banners

• printed foamex

• printed correx

• built-up lettering in acrylic and metal

• aluminium tray signs

• vehicle graphics

• engraved signs

• static cling stickers

• feather flags

• installation

Some items require installation and the contractor may be required to supply RAMS documentation prior to work commencing. The supplier may need to make arrangements with building managers or third-party contractors to arrange this.

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: 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:

The initial DPS term will be for 3 years with possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council.

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

Lot 3 will be live immediately.

Lot No: 4

II.2.1) Title

Parking-specific items

II.2.2) Additional CPV code(s)

22450000

22900000

42991230

79800000

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

Portsmouth City Council Parking require a range of specialist items that include scratch off latex, holograms or other security features.

These include:

• scratch cards for visitor and permit parking

• resident parking permits with hologram and plastic wallets

• disabled bay permits with hologram and plastic wallets

• penalty charge notices for enforcement officer hand-held printer

• waterproof penalty charge notice plastic carriers with self adhesive backing

• enforcement officer notebooks

• pay and display ticket meter tickets on rolls

• car park barrier tickets

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: 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:

The initial DPS term will be for 3 years with possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council.

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

Lot 4 will be live at a later date.

Lot No: 5

II.2.1) Title

Branded promotional items and merchandise

II.2.2) Additional CPV code(s)

22000000

79800000

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

This lot is for bespoke promotional or branded items.

The lot includes, but is not limited to:

• Pens

• Pencils

• Mugs

• Button badges

• Enamel badges

• Keyrings

• Gazebos

• Tablecloths

• Flags

• Branded clothing: t-shirts, hats, vests, scarfs, hi-vis (excludes uniform)

• Warrant card holders

• Beermats

• Lanyards

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: 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:

The initial DPS term will be for 3 years with possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council.

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

Lot 5 will be live immediately.

Lot No: 6

II.2.1) Title

Envelopes

II.2.2) Additional CPV code(s)

30199710

30199711

30199712

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

Lot 6 is for bespoke printed envelopes. It does not include unprinted envelopes that are available off the shelf, but may include unprinted envelopes if a custom size or style is required.

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: 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:

The initial DPS term will be for 3 years with possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council.

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

Lot 6 will be live immediately.

Lot No: 7

II.2.1) Title

Personalised Mailing and fulfilment

II.2.2) Additional CPV code(s)

64110000

79823000

79824000

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

This lot is for a range of mailing and related services including personalisation, collation, insertion, data-cleansing, wrapping, postage management and distribution. This lot requires the supplier to have certification for ISO27001 or a comprehensive documented and monitored data processing and storage procedure that can be demonstrated.

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: 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:

The initial DPS term will be for 3 years with possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council.

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

Lot 7 will be live immediately.

Lot No: 8

II.2.1) Title

Non-Personalised Mailing and fulfilment

II.2.2) Additional CPV code(s)

22900000

64111000

64112000

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

This lot is for a range of mailing and related services including personalisation, collation, insertion, data-cleansing, wrapping, postage management and distribution.

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: 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:

The initial DPS term will be for 3 years with possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council.

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

Lot 8 will be live immediately.

Lot No: 9

II.2.1) Title

Door-to-door distribution

II.2.2) Additional CPV code(s)

79823000

79824000

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

This lot is for distribution of printed material to residential properties and businesses in Portsmouth. Items may be addressed or non-addressed.

Distribution may be city-wide, a specific area, or may include surrounding areas such as Havant or Gosport.

Items provided by PCC must not be inserted into items provided by other customers.

Items provided by other customers must not be inserted into items provided by PCC.

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: 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:

The initial DPS term will be for 3 years with possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council.

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

Lot 9 will be live immediately.

Lot No: 10

II.2.1) Title

Creative services

II.2.2) Additional CPV code(s)

79821000

79960000

92100000

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

This Lot includes a range of creative services including, but not limited to:

• Copy writing

• Proof-reading

• Graphic design

• Artwork

• Illustration

• Motion graphics

• Animation

• Photography

• Videography

• Video editing

• Voiceovers

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: 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:

The initial DPS term will be for 3 years with possibility of extending the term thereafter on a rolling basis in increments to be advertised at the discretion of the council.

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

Lot 10 will be live at a later date.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 15/08/2024

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 15/08/2024

Local time: 12:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Body

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

VI.5) Date of dispatch of this notice

16/07/2024

Coding

Commodity categories

ID Title Parent category
22900000 Miscellaneous printed matter Printed matter and related products
92100000 Motion picture and video services Recreational, cultural and sporting services
79960000 Photographic and ancillary services Miscellaneous business and business-related services
64110000 Postal services Post and courier services
64112000 Postal services related to letters Postal services
64111000 Postal services related to newspapers and periodicals Postal services
79821000 Print finishing services Services related to printing
22100000 Printed books, brochures and leaflets Printed matter and related products
30199710 Printed envelopes Paper stationery and other items
22000000 Printed matter and related products Printing and Publishing
30199712 Printed non-window envelopes Paper stationery and other items
30199711 Printed window envelopes Paper stationery and other items
79823000 Printing and delivery services Services related to printing
79824000 Printing and distribution services Services related to printing
79800000 Printing and related services Business services: law, marketing, consulting, recruitment, printing and security
22450000 Security-type printed matter Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals
34928470 Signage Road furniture
42991230 Ticket printers Paper, printing and bookbinding machinery and parts

Delivery locations

ID Description
100 UK - All

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:
procurement@portsmouthcc.gov.uk
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.