Tender for Graphic Design and Print Management Services
Newry, Mourne and Down District Council wishes to appoint a competent Supplier to provide graphic design, artwork and print management services for the Council.
United Kingdom-Newry: Digital printing services
2018/S 051-114172
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Newry Mourne and Down District Council
Greenbank Industrial Estate
Contact point(s): Only Online through portal at: www.newrymournedown.org/procurement
BT34 2QU Newry
United Kingdom
Telephone: +44 2830313233
E-mail: David.Barter@nmandd.org, Shona.McConville@nmandd.org
Fax: +44 2830313288
Internet address(es):
General address of the contracting authority: www.newrymournedown.org
Address of the buyer profile: www.newrymournedown.org/procurement
Electronic access to information: www.newrymournedown.org/procurement
Electronic submission of tenders and requests to participate: www.newrymournedown.org/procurement
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 15: Publishing and printing services on a fee or contract basis
NUTS code UKN0,UKN08
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The contract will be in place for a period of four years, subject to regular performance reviews. The successful Supplier must attend quarterly performance review meetings and must be able to attend meetings related to graphic design requirements. Newry, Mourne and Down District Council shall on review be at liberty to make recommendation or changes to the terms of the agreement as may be required. Furthermore should the performance of the agreement appear to be less than satisfactory, as measured against the KPI’s, the Council shall be at liberty to advise the Supplier of such difficulties and shall give the Supplier such opportunity to comment and to make rectification as is reasonable. Should the Supplier remain in default or should performance remain unsatisfactory then Council shall be at liberty to terminate the agreement on giving one month’s written notice to the Supplier. Likewise should the Supplier wish to terminate the agreement then it shall do so by giving three months’ notice in writing.
Newry, Mourne and Down District Council expects a degree of flexibility and a creative approach throughout the contract period and value for money will be an important consideration.
II.1.6)Common procurement vocabulary (CPV)
79811000, 79821000, 79821100, 79822500, 79823000, 79824000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Typically Newry, Mourne and Down District Council uses design and printing services on a weekly basis, although this could increase or decrease. The estimated graphic design expenditure for this contract is 70 000 GBP per annum. Print services (to include print buying and print management is estimated at 46 000 GBP per annum). No guarantee can be given of the volume, type or value of work to be commissioned through this contract.
Only suppliers with a turnover in excess of £450,000 per annum will be considered.
Section 3: Graphic Design and Artwork Requirements.
Suppliers must demonstrate that they meet the requirements detailed in this specification. These are typical of the type of services which will be required for work commissioned under this contract.
In all cases Newry, Mourne and Down District Council will own the rights to all design, documents and artwork delivered under any work commissioned through this contract.
Note: if work is to be commissioned by Newry, Mourne and Down District Council which does not require the external provision of graphic design, artwork services or print management, such as a straightforward print job the Council reserves the right to either avail of an alternative Council contract or approach the market directly in line with its procurement policy.
Continuity of style in a series of publications must be maintained unless otherwise specified, in writing, by the Head of Communications and Marketing. Newry, Mourne and Down District Council will supply alternative service providers with its Corporate Branding/Style Guidelines.
Suppliers must be capable of designing and providing full artwork and/or templates for a wide range of items and other communication/marketing material. Designed materials may include, but are not limited to:
— Annual Report,
— Brochures and Leaflets for the general public,
— Conference Backdrops/Exhibitions Materials,
— Corporate Plan,
— Educational Materials,
— Household Refuse Calendars,
— Infographics/Digital Marketing Channel Graphics,
— Logo Design,
— Photography for use in marketing materials,
— Posters and Banners,
— Promotional Materials and Display Advertisements for Corporate, Special Events and Festivals,
— Ratepayers Newsletter,
— Roller Banner and Nomadic Stands,
— Signage – Internal, External And Bespoke,
— Strategy Documents/Plans/Reports,
— Web Graphics,
— Wide Range of marketing collateral for all Departments.
Estimated value excluding VAT: 500 000,00 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As detailed in the Volumes of the Invitation to Tender.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As detailed in the Volumes of the Invitation to Tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
Suppliers will be expected to deliver services that demonstrate a best value approach. Newry, Mourne and Down District Council is a Public Authority within the meaning of the Freedom of Information. Act 2000 and all correspondence received will be dealt with in accordance with the Act. Newry Mourne and Down District Council is procuring the public contract on behalf of itself only. The Contracting Authority intends to use an e-Tendering system for this procurement process, e-hub www.newrymournedown.org/procurement Supplier registration is free of charge.
Follow the registration instructions on the e-hub portal.
Browse to the opportunity.
Access the volumes of the Invitation to Tender provided.
Submit your Tender Response by the deadline indicated.
It is strongly recommended that Suppliers unfamiliar with the e-hub Procurement Portal ensure that they are able to access all relevant functions well ahead of the closing dates, since late responses may not be accepted.
If you have any difficulties with the e-hub Procurement Portal, please call 0800 731 6575 or Tel: 028 30 254 872.
(+44 2830 254 872).
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice (NI)
Chichester St.
BT1 3 JF Belfast
United Kingdom
E-mail: adminoffice@courtsni.gov.uk
Telephone: +44 2890235111
Internet address: http://www.courtsni.gov.uk
VI.4.2)Lodging of appeals
The Council will incorporate a minimum 10 calendar day standstill period when information on the award of the contract is communicated to tenderers. This period allows tenderers to seek further debriefing from.
The Council before the contract is entered into. Applicants have 2 working days from notice of the award decision to ask for additional debriefing and that information has to be provided a minimum of 3 working days.
Before the expiry of the standstill period. Such additional information should be requested from email address:
If a dispute about contract award has not been successfully resolved the Public Contracts Regulations 2015 allow aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action.
EN Standard form 02 – Contract notice 12 / 19.
In the High Court. Any such action must be brought promptly (generally within 1 month). The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:
Read More
Liverpool John Moores University Creative Agencies Framework
Scottish Government Tender for Publishing, Print and Design
Tender for Graphic Design, Artwork and Print Management Services