National Audit Office: The Provision of Printing, Typesetting and Design Services

  National Audit Office is using Delta eSourcing to run this tender exercise

Notice Summary
Title: The Provision of Printing, Typesetting and Design Services
Notice type: Contract Notice
Authority: National Audit Office
Nature of contract: Services
Procedure: Open
Short Description: The NAO is seeking to appoint a single provider or multiple providers to deliver services under the below lots: •Lot 1 – Design Services and Typesetting •Lot 2 – Printing Services •Lot 3 – Overnight report printing
Published: 29/09/2020 15:09
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Printing services.
Section I: Contracting Authority
      I.1) Name and addresses
             The National Audit Office
             157-197 Buckingham Palace Road, Victoria, London,, London, SW1W 9SP, United Kingdom
             Tel. +44 2077987699, Email: yaw.tawiah@nao.org.uk
             Contact: Yaw Tawiah
             Main Address: https://www.nao.org.uk/, Address of the buyer profile: https://www.nao.org.uk/
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/respond/Y9YZ3UR439
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/Y9YZ3UR439 to the abovementioned address       
      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: Not provided
      I.4) Type of the contracting authority
            Other type:: Central Government
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: The Provision of Printing, Typesetting and Design Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79810000 - Printing services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The NAO is seeking to appoint a single provider or multiple providers to deliver services under the below lots:
•Lot 1 – Design Services and Typesetting
•Lot 2 – Printing Services
•Lot 3 – Overnight report printing       
      II.1.5) Estimated total value:
      Value excluding VAT: 372,500       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Design Services and Typesetting       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      30197630 - Printing paper.
      30197645 - Card for printing.
      30199310 - Embossed or perforated printing paper.
      79810000 - Printing services.
      79811000 - Digital printing services.
      
      II.2.3) Place of performance:
      UKI3 Inner London – West
      
      II.2.4) Description of procurement: Lot 1: Design Services and Typesetting

The requirement is for:

1. Design Services which include but are not limited to:
•Concept designs
•Production of final output files in InDesign for printing (posters, booklets, leaflets, reports)
•Image retouching
•Drawing of illustrations
•Production of infographics
•Production of multimedia outputs, including video and interactive documents
•Working to NAO standards and templates
•Taking a direct brief from third party clients

2.Typesetting
•Taking unformatted content and laying it out to NAO standards and templates (turnaround time 24 HRS).
•This work will be mainly tabular line work with no graphics
•To provide proofreading and quality control of final copy
•To provide a quick turnaround of copy, including any file amends
•File report size will be A4

It is expected that orders for design work and typesetting under this contractual agreement will be placed on an ad-hoc basis, when and if required. No work, and no level of work, is guaranteed to the supplier.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 140,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial period of 36 months with the option to extend for two consecutive periods of 12 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Printing Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      30197630 - Printing paper.
      30199310 - Embossed or perforated printing paper.
      79810000 - Printing services.
      79811000 - Digital printing services.
      30197645 - Card for printing.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Lot 2: Printing Services

The requirement is for the printing of various outputs as set out below:

1.Offset litho print; full colour work will include but will not limited to:
•Reports and brochures
•Leaflets
•Booklets varying sizes
•Stationery

2.Full colour digital work will include but will not be limited to:
•Reports and brochures
•Leaflets
•Booklets varying sizes

3.Large format short-run full colour work will include but will not be limited to:
•Posters
•Large format graphics:
Various substrates including magnetic,
Banners,
Display Graphics,
Display Stands

4.Promotional Materials – work will include but not limited to:
•Point of sale products
•Promotional stationery
•Promotional products

It is expected that orders for printing services under this contractual agreement will be placed on an ad-hoc basis, when and if required. The contractual agreement seeks to set up a matrix price structure for common printing requirements with run on billing. No work, and no level of work, is guaranteed to the supplier.

Standards
The Supplier must have in place & work to the following standards or equivalents:
•ISO12647 - Colour management requires achievement of specific targets for colour consistency
•ISO27001 - international best practice standard for Information and Data security Management.
•ISO14001 - requires assessment and continuous reduction of all environmental impacts.
Papers must comply with FSC and PEFC Chain of Custody Accreditation (or equivalents) where appropriate.

ISO9001 - Quality management system requires monitoring of and improvements to quality products and customer satisfaction.
Where applicable, the Supplier shall adhere to United Kingdom and EU legislation for the disposal of packaging.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 90,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial period of 36 Months with the option to extend for two consecutive periods of 12 months.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Overnight Report Printing       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79810000 - Printing services.
      79811000 - Digital printing services.
      30197645 - Card for printing.
      30197630 - Printing paper.
      30199310 - Embossed or perforated printing paper.
      
      II.2.3) Place of performance:
      UKI3 Inner London – West
      
      II.2.4) Description of procurement: Lot 3: Overnight report printing

Requirement from April 2022
The NAO provides the Committee of Public Accounts with around 70 VfM reports and investigations a year.
Further information about the NAO's Value for Money Program and Value for Money reports can be found at: https://www.nao.org.uk/about-us/our-work/value-for-money-programme/

The Requirement for Overnight Report Printing
The requirement is for operational digital printing services off-site. The NAO is seeking to appoint a supplier for specialist, confidential digital printing services for the printing of a range of A4 reports.
It is expected that orders for digital printing services under this contractual agreement will be placed on an ad-hoc basis, when and if required. The contractual agreement seeks to set up a matrix price structure for common printing requirements with run on billing. No work, and no level of work, is guaranteed to the supplier.

The scope of the requirement is to supply the National Audit Office with digitally printed reports as follows:

Confidential Reports Specifications:

•Digital colour print.
•Finished size A4 portrait 210mm x 297mm.
•16pp to 72pp including covers which are stitched two wires.
•72pp including covers, perfect bound or square back stitched.
•The reports page extent ranges from 20pp text plus 4pp cover to 200pp text plus 4pp cover.
•The average report page count per is 44pp plus 4pp cover
•The estimated number of confidential reports in the contract period is expected to be around 60-80 per annum.
•The quantity required should be estimated at 50 copies, this could increase or reduce.

Finishing
The supplier shall be able to offer access to a full range of finishing services set out as below but not limited to:
•Binding including perfect binding
•Saddle stitching

Proofing
Files will be supplied as a pre-flighted print ready PDF X1/a via email, no expectation that a proof is required unless stated at time of order.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 142,500       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial period of 36 Months with the option to extend for 9 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 02/11/2020 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 02/11/2020
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2023
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Printing-services./Y9YZ3UR439

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y9YZ3UR439
   VI.4) Procedures for review
   VI.4.1) Review body:
             National Audit Office
       157 - 197 Buckingham Palace Road, Victoria, London, United Kingdom
       Tel. +44 2077987699
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 29/09/2020

Annex A


View any Notice Addenda

View Award Notice

UK-London: Printing services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The National Audit Office
       157-197 Buckingham Palace Road, Victoria, London,, London, SW1W 9SP, United Kingdom
       Tel. +44 2077987699, Email: yaw.tawiah@nao.org.uk
       Contact: Yaw Tawiah
       Main Address: https://www.nao.org.uk/, Address of the buyer profile: https://www.nao.org.uk/
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Other type:: Central Government

   I.5) Main activity:
      Other activity: Auditing

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: The Provision of Printing, Typesetting and Design Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79810000 - Printing services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The NAO is seeking to appoint a single provider or multiple providers to deliver services under the below lots:
•Lot 1 – Design Services and Typesetting
•Lot 2 – Printing Services
•Lot 3 – Overnight report printing

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 372,500
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Design Services and Typesetting   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            30197630 - Printing paper.
            30197645 - Card for printing.
            30199310 - Embossed or perforated printing paper.
            79810000 - Printing services.
            79811000 - Digital printing services.


      II.2.3) Place of performance
      Nuts code:
      UKI3 - Inner London – West
   
      Main site or place of performance:
      Inner London – West
             

      II.2.4) Description of the procurement: Lot 1: Design Services and Typesetting

The requirement is for:

1. Design Services which include but are not limited to:
•Concept designs
•Production of final output files in InDesign for printing (posters, booklets, leaflets, reports)
•Image retouching
•Drawing of illustrations
•Production of infographics
•Production of multimedia outputs, including video and interactive documents
•Working to NAO standards and templates
•Taking a direct brief from third party clients

2.Typesetting
•Taking unformatted content and laying it out to NAO standards and templates (turnaround time 24 HRS).
•This work will be mainly tabular line work with no graphics
•To provide proofreading and quality control of final copy
•To provide a quick turnaround of copy, including any file amends
•File report size will be A4

It is expected that orders for design work and typesetting under this contractual agreement will be placed on an ad-hoc basis, when and if required. No work, and no level of work, is guaranteed to the supplier.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Printing Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            30197630 - Printing paper.
            30199310 - Embossed or perforated printing paper.
            79810000 - Printing services.
            79811000 - Digital printing services.
            30197645 - Card for printing.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Lot 2: Printing Services

The requirement is for the printing of various outputs as set out below:

1.Offset litho print; full colour work will include but will not limited to:
•Reports and brochures
•Leaflets
•Booklets varying sizes
•Stationery

2.Full colour digital work will include but will not be limited to:
•Reports and brochures
•Leaflets
•Booklets varying sizes

3.Large format short-run full colour work will include but will not be limited to:
•Posters
•Large format graphics:
Various substrates including magnetic,
Banners,
Display Graphics,
Display Stands

4.Promotional Materials – work will include but not limited to:
•Point of sale products
•Promotional stationery
•Promotional products

It is expected that orders for printing services under this contractual agreement will be placed on an ad-hoc basis, when and if required. The contractual agreement seeks to set up a matrix price structure for common printing requirements with run on billing. No work, and no level of work, is guaranteed to the supplier.

Standards
The Supplier must have in place & work to the following standards or equivalents:
•ISO12647 - Colour management requires achievement of specific targets for colour consistency
•ISO27001 - international best practice standard for Information and Data security Management.
•ISO14001 - requires assessment and continuous reduction of all environmental impacts.
Papers must comply with FSC and PEFC Chain of Custody Accreditation (or equivalents) where appropriate.

ISO9001 - Quality management system requires monitoring of and improvements to quality products and customer satisfaction.
Where applicable, the Supplier shall adhere to United Kingdom and EU legislation for the disposal of packaging.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Overnight Report Printing   
      Lot No:3

      II.2.2) Additional CPV code(s):
            79810000 - Printing services.
            79811000 - Digital printing services.
            30197645 - Card for printing.
            30197630 - Printing paper.
            30199310 - Embossed or perforated printing paper.


      II.2.3) Place of performance
      Nuts code:
      UKI3 - Inner London – West
   
      Main site or place of performance:
      Inner London – West
             

      II.2.4) Description of the procurement: Lot 3: Overnight report printing

Requirement from April 2022
The NAO provides the Committee of Public Accounts with around 70 VfM reports and investigations a year.
Further information about the NAO's Value for Money Program and Value for Money reports can be found at: https://www.nao.org.uk/about-us/our-work/value-for-money-programme/

The Requirement for Overnight Report Printing
The requirement is for operational digital printing services off-site. The NAO is seeking to appoint a supplier for specialist, confidential digital printing services for the printing of a range of A4 reports.
It is expected that orders for digital printing services under this contractual agreement will be placed on an ad-hoc basis, when and if required. The contractual agreement seeks to set up a matrix price structure for common printing requirements with run on billing. No work, and no level of work, is guaranteed to the supplier.

The scope of the requirement is to supply the National Audit Office with digitally printed reports as follows:

Confidential Reports Specifications:

•Digital colour print.
•Finished size A4 portrait 210mm x 297mm.
•16pp to 72pp including covers which are stitched two wires.
•72pp including covers, perfect bound or square back stitched.
•The reports page extent ranges from 20pp text plus 4pp cover to 200pp text plus 4pp cover.
•The average report page count per is 44pp plus 4pp cover
•The estimated number of confidential reports in the contract period is expected to be around 60-80 per annum.
•The quantity required should be estimated at 50 copies, this could increase or reduce.

Finishing
The supplier shall be able to offer access to a full range of finishing services set out as below but not limited to:
•Binding including perfect binding
•Saddle stitching

Proofing
Files will be supplied as a pre-flighted print ready PDF X1/a via email, no expectation that a proof is required unless stated at time of order.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 192-465203
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: Yes

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 9          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             SLS Print Ltd, 04961213
             Barley House, Sopers Road, Cuffley, Hertfordshire, EN6 4RY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 372,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=573705656

   VI.4) Procedures for review

      VI.4.1) Review body
          National Audit Office
          157 - 197 Buckingham Palace Road, Victoria, London, United Kingdom
          Tel. +44 2077987699

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 25/02/2021