Graphic Design and Print Framework Denbighshire and Flintshire
The Framework Agreement will be divided in to three distinct lots: Lot Description Maximum Number of Suppliers per Lot. Lot 1 Print 10. Lot 2 Graphic design 15.
United Kingdom-Ruthin: Printing and related services
2017/S 146-301981
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Wynnstay Road
Ruthin
LL15 1YN
United Kingdom
Telephone: +44 1824712612
E-mail: michael.white@denbighshire.gov.uk
NUTS code: UKL13Internet address(es):Main address: www.denbighshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280
I.1)Name and addresses
County Hall, Flintshire
Mold
CH7 6NA
United Kingdom
Telephone: +44 1352701814
E-mail: michael.white@denbighshire.gov.uk
NUTS code: UKL23Internet address(es):Main address: www.flintshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0419
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Graphic Design, Print, Banners.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Denbighshire County Council and Flintshire County Council are seeking to establish a Framework Agreement for the Provision of Graphic Design, Print, Banners and Signage.
The Authority is seeking technically competent suppliers to deliver best value for money service and to deliver continuous improvement in costs savings and efficiency gains across the life of the Framework Agreement.
Denbighshire County Council will be leading on the Tender process on behalf of Denbighshire County Council and Flintshire County Council.
The Framework Agreement will be divided in to three distinct lots:
Lot Description Maximum Number of Suppliers per Lot.
Lot 1 Print 10.
Lot 2 Graphic design 15.
Lot 3 Banners & Signage 5.
The Framework Agreement will be awarded to successful tenderers for an initial period of two (2) years with the option of a further two (2) x one (1) year extensions.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Banners and Signage
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Supplier shall be able to source banner and pop up stands.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of a further two (2) x one (1) year extensions.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Supplier shall have in-house capability to print all of the requirements specified.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of a further two (2) x one (1) year extensions.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Graphic design
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Authority requires the provision of the design of Digital and Print ready artwork and digital format artwork for a number of different print and display formats, including but not limited to list in specification.
Copyright and ownership of artworks provided will remain the property of the Authority.
The Authority will require the ability to transfer any printed document to digital so it can be used for digital marketing campaigns and PR campaigns. The format of the Designs supplied must accommodate this.
Any artworks provided by the Authority for the production of print work must be returned with the goods supplied and for the avoidance of any doubt will remain the property of the Authority and must not be used for any other purpose than that specified by the Authority:
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option of a further two (2) x one (1) year extensions.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As specified in the tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Electronic Tender. Submisions available after midnight on day of tender/.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Please note that the Proactis e-Tender documentation will be accessible a minimum of 48 hours from the publication of this notice.
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=69342
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:
Offers from Suppliers of Goods, Equipment or Services for use in the Community are a valued and appreciated resource and should be offered in the appropriate section of the tender.
This response is voluntary and will not attract any marks.
(WA Ref:69342.)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
Wynnstay Road
Ruthin
LL15 1YN
United Kingdom
Telephone: +44 1824712225
E-mail: Procurement@denbighshire.gov.ukInternet address:www.denbighshire.gov.uk
VI.4.3)Review procedure
The contracting Authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision is communicated to tenderers. The award
decision notice will specify the criteria for the award of the contract/framework agreement, the reasons for the decision,
including the characteristics and relative advantages, the name and score of the successful tender: and will specify when
the standstill period is expected to end or the date before which the contracting authority will not conclude the
contract/framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the
Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or at risk of a
breach of the rules to take action in the High Court (England, Wales and Northern Ireland) Any such action must be
brought promptly (generally within 3 months) The court may order the setting aside of the award decision or may order
the Contracting Authority to amend any document and may award damages. If a framework agreement has been entered
into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract
be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days
from notification of the award (either by award decision notification or contract award notice depending upon the
circumstances) or otherwise 6 months.
VI.5)Date of dispatch of this notice:
Related Posts
Cheshire East Borough Council Marketing and Communications Services
Graphic Design – Request for Quotation
University of Glasgow Graphic Design Services Framework
Design, Print and Web Development Contract