The procurement documents are available for unrestricted and full direct access, free of charge at:
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
Lot No: 1
II.2.1) Title
Standard Print
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This category includes printing and delivery of materials including posters, leaflets, booklets or brochures, flyers, stationery, NCR forms and high-volume copying, on any of the following: SRA1/B1, SRA2/B2 or SRA3/B3 sheet fed litho presses, web-offset presses, digital presses.
Examples include (but not limited to):
A4 / A5 / 99 x 210mm brochures, leaflets or flyers
A4/A3/A2/A1 posters
Oversize A4 / A5 pocket folders
Forms, NCR pads, headed paper, compliment slips, business cards, envelopes, receipt books
Magazines and newsletters
Documents, council meeting papers and agendas*, reports.
*Where printed materials are subject to statutory timing requiring same-day or 24-hour turnaround, the selection criteria will include the supplier’s proximity to the buying authority and speed of delivery service offered.
Suppliers shall ensure printed products supplied under the Framework meet the mandatory minimum standards set out by the Government buying Standards
www.gov.uk/government/publications/sustainable-procurement-the-gbs-forpaper-and-paper-products
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Mailing
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This category covers preparing mailings for delivery by Royal Mail and other delivery providers.
Examples include (but not limited to):
Personalisation and mailing – e.g., printing, collating and match-mailing varying documents, personalised letter(s) and printed reply envelopes and stuffing in envelopes. Apply mail-sort order and bag to royal-mail requirements to attract optimal postal discounts, and post using required class using buyer’s royal-mail account.
Hybrid mailing and same-day mailing for including letters, statements, bills, inserts and any other correspondence. Personalise, collage, pack and apply mail-sort order and bag to royal-mail requirements to attract optimal postal discounts, and post using required class, using supplier or buyer’s Royal-Mail account as specified for each requirement.
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Large format, signage and display printing
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This category covers the production of large posters, signage and display boards.
Examples include (but not limited to):
A2 – A0 size 4 colour inkjets onto satin photo paper 170gsm mounted on 3mm – 5mm Foamex board.
Large format display stands.
Signage, lamp-post banners, outdoor advertising and livery
Pop up’/’Pull up’ display stands
Large and small format vinyl print and affixing, including PVC banners printed 4-colour, hemming and eye-letting, for indoor and outdoor use
‘Six-sheet’ (1750mm x 1185mm) and bespoke (3250mm x 1200mm) posters
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Security Printing and Confidential Printing - General
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This category covers all secure and confidential printing for the Council and its partners and includes:
Examples include (but not limited to):
Parking stationery e.g., parking permits/discs, such as a PCN Rolls, Parking Scratch Cards (including latex one side & overprint black wording on latex and numbering)
Confidential service reports, confidential statement of cases (investigation into staff), Surveyors reports for planning, Democratic – agendas, audits, Cabinet reports
Payslips and P60s (including personalisation, fulfilment and mailing
Cheque printing
Where printed materials are subject to statutory timing requiring same-day or 24hour turnaround, the selection criteria will include the supplier’s proximity to the buying authority and speed of delivery service offered.
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Branded promotional products, specialist printing and binders
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This category covers items such as (but not limited to):
Tote bags
T-shirts
Bespoke pens
Bespoke pencils
Mugs
Sports drinking bottles
USB sticks
Stickers
Binders,
ID Badges
Flexo printing, etc.
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Creative services design and artwork for print and digital media
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This category spans from concept designs for large campaigns to creative design and simple artwork following a style guide, and includes illustration, imagery, photo editing, and associated creative services – for print and new media.
Creative concepts should be appropriate for the audience and intended channel, support the campaign’s key messages and for its intended output and must strictly adhere to the buying authority’s corporate identity standards.
All artwork must be produced and submitted using the latest software.
All copyright of design and content created must be signed over to the commissioning authority on commencement of work.
All concepts and final drafts must be provided to the buyer for approval prior to completion.
Examples include (but are not limited to):
Concepts for campaigns, branding and/or individual items
Design for advertising, print and/or digital media
Illustration, image search and image manipulation
Artwork in appropriate format for print, online, social media or digital media
Creation of templates for branded materials, presentations, advertisements or banner pages
Updating previous artwork with new concept.
Editable artwork files and images must be provided together with the final artwork or production files on completion of each order.
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Copywriting and proof-reading
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This category will involve copywriting for a diverse range of subject matter normally covered in local authority. The content maybe promotional, factual or technical. It also covers sub-editing and proof-reading services for any briefings, documents, online materials as well as design or artwork produced.
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 8
II.2.1) Title
Photography
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot covers relevant photography projects for any given requirement. This category includes photography, photographic editing and production services for editorial, advertising, technical, promotional or marketing applications.
Suppliers may be subject to a Disclosure and Barring Service (DBS) check before undertaking work with children and young people and will need to abide by the buying authority's consent policy and protocol.
Suppliers will be required to submit photography electronically to the buyer directly onto the Design, Print and Related Services DPS ("DPS Portal") for approval before finalisation.
Suppliers must ensure they adhered to GDPR legislation when taking photographs of individuals or property by using the buying authority's consent form.
Suppliers must request the consent form from the buyer if it is not appended to an order for these services.
All copyright of content created and photographed is to be assigned to the buying authority.
The Supplier must notify the buyer in advance of any chargeable travel expenses and such expenses can only be paid where agreement to do so is confirmed on an approved order sent to the supplier via the DPS Portal.
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 9
II.2.1) Title
Digital Communications
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This category covers the provision of technical services and/or content for all areas of digital communications. Examples include (but not limited to):
E-newsletters and email marketing
Web application and/or web content development and creative input
E-brochures (using Flash/Java/HTML 5 technology)
Social Media marketing including Facebook, Twitter, Instagram, Pinterest
Google ads
Interactive pdfs
Search engine optimisation
Mobile marketing
Page-turn software
Viral Videos
iAd
NB: The Design element of this work is covered in Lot 6.
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 10
II.2.1) Title
Marketing Communications
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
There may be times when the in-house team does not have the capacity to run a complete Marketing campaign or specific areas of specialism. As a result, this Lot is to allow us to commission a company/agency to do this on behalf of an inhouse team. For example, there this may include work for Public Health or campaigns that are focussed on behaviour change. This Lot also allows us to commission a company to run a complete marketing campaign or specific areas of specialism on behalf of the buying authority.
Examples include (but are not limited to):
Strategic communication advice and guidance to help the authority's services to achieve their objectives by communicating the right messages, to the right people, in the right way, and at the right time.
Producing and implementing new communication campaigns using the ‘inhouse’ style and corporate identity.
Implementing existing campaigns
Evaluating marketing and communications activity
Work may include (but is not limited to):
Media buying
Media planning
Setting communication objectives
Identifying key messages
Identifying key audience
Obtaining required resources
Evaluation of activity
Social Marketing
Digital Marketing
Direct Marketing
Public Relations
Copywriting
Proofreading
Business-to-business
Business-to-consumer
Internal communications
Public Consultation
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 11
II.2.1) Title
Filming and Videography
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot covers relevant filming projects for any given requirement. This category includes filming, videography, drone filming, and film editing and production services for editorial, advertising, technical, promotional or marketing applications.
Suppliers may be subject to a Disclosure and Barring Service (DBS) check before undertaking work with children and young people and will need to abide by the buying authority's consent policy and protocol.
Suppliers will be required to submit this work electronically to the buyer directly onto the Design, Print and Related Services DPS ("DPS Portal") for approval before finalisation.
Suppliers must ensure they adhered to GDPR legislation when filming individuals or property by using the buying authority's consent form.
Suppliers must request the consent form from the buyer if it is not appended to an order for these services. All copyright of content created and filmed is to be assigned to the buying authority.
The Supplier must notify the buyer in advance of any chargeable travel expenses and such expenses can only be paid where agreement to do so is confirmed on an approved order sent to the supplier via the DPS Portal.
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 12
II.2.1) Title
Door-to-door Distribution
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This category covers distribution of a residents’ magazine and other brochures or printed materials, to local residents and businesses within a specified area or postcode(s). This category includes the delivery of either unaddressed items or addressed items.
Examples include (but not limited to):
Door-to-door distribution – e.g., 98,000 residential addresses x 1 preprinted magazine
Distribution to specific areas for housing - e.g., a pack containing multiple printed items (letter, brochure, translation sheets)
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 13
II.2.1) Title
Secure Printing – Electoral Services
II.2.2) Additional CPV code(s)
22000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This category also covers Electoral and Electoral Registration printing in accordance with the Electoral Commissions guidelines and procedures, including postage.
The supplier must have a proven track record of delivery Election and Election Registration print.
Postal packs may have to be produced at printers within a specified distance of the buying authority's offices to facilitate their required Quality Assurance Testing.
The requirements of electoral print include (but are not restricted to):
Postal vote mailings (UK and overseas), including production of outgoing envelope, postal ballot papers, postal vote statement, ballot paper ‘envelope A’, return ‘envelope B’, spares and samples; together with collation and issue of all packs
Polling Station Ballot Papers, including ordinary, tendered, and spares
Large format ballot papers
Election Annual Canvass, including canvass communication letters and canvass forms
The contractor must ensure that all confidential and sensitive material is stored within a secure environment and that as a data processor, the requirements of the GDPR are met.
Additional security requirements, quality assurance (e.g., site visits), timing, specific data protection requirements, and winning supplier selection criteria may be specified by the buying authority for work falling within this Lot.
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: 48
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No