UK-London: Typesetting services.

UK-London: Typesetting services.
Section I: Contracting Authority
I.1) Name and addresses
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Email: FPSProcurement@fca.org.uk
Contact: Eleanor Miller
Main Address: https://fca.delta-esourcing.com/, Address of the buyer profile: https://fca.delta-esourcing.com/
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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Typesetting-services./6DXC85H568
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Body governed by public law
I.5) Main activity
Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: CON-18-197 Communications Design Services Framework
Reference Number: CON-18-197
II.1.2) Main CPV Code:
79822300 - Typesetting services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The FCA has an internal design team who are heavily involved in the production of all FCA documents alongside designs for infographics, events, marketing materials and some web design.
The framework suppliers will be expected to work in partnership with this team to manage overflow work (Lot 1) along with design and build elements (Lot 2) for more complex design and setting requirements to meet demand from teams across the FCA.
II.1.5) Estimated total value:
Value excluding VAT: 520,000
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: 2
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: Lot 1 Publication typesetting
Lot No: 1
II.2.2) Additional CPV codes:
79822300 - Typesetting services.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: The FCA is looking to appoint a single supplier to work in partnership with the FCA's design team to manage overflow work.
Throughput for this Lot is expected to be PDF publications, the successful supplier will be provided with the FCA templates to work with provided content to produce typeset reports, accurately and on brand, to tight deadlines.
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: 240,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework will be renewed upon expiry.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Suppliers must complete the Commercial Response Document provided as it will be used for commercial evaluation of all tenders.
If suppliers wish to propose an alternative method of Contract charging this should be uploaded separately. The FCA reserves the right to discuss (or not) such alternative charging arrangements with the successful tenderer prior to Contract commencement.
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: Other potential users of this framework are as stated in the ITT.
II.2) Description Lot No. 2

II.2.1) Title: Graphic Design
Lot No: 2
II.2.2) Additional CPV codes:
79822500 - Graphic design services.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: The FCA is looking to appoint between 3-5 suppliers to assist the dedicated design team create Event and Campaign materials.
Throughput for this Lot is expected to range from internal brand work to corporate documents including diagrams and animations. The successful suppliers will design and build materials with more complex design and setting requirements for teams across the FCA.
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: 280,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework will be renewed upon expiry

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Suppliers must complete the Commercial Response Document provided as it will be used for commercial evaluation of all tenders.
If suppliers wish to propose an alternative method of Contract charging this should be uploaded separately. The FCA reserves the right to discuss (or not) such alternative charging arrangements with the successful tenderer prior to Contract commencement.
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: Other potential users of this framework are as stated in the ITT.


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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
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: No
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: 31/05/2019 Time: 14:00

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:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 31/05/2019
Time: 14:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2021
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
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://fca.delta-esourcing.com/tenders/UK-UK-London:-Typesetting-services./6DXC85H568

To respond to this opportunity, please click here:
https://fca.delta-esourcing.com/respond/6DXC85H568
VI.4) Procedures for review
VI.4.1) Review body:
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Email: FPSProcurement@fca.org.uk
Internet address: www.fca.org.uk
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: 25/04/2019

Annex A