UK-London: Typesetting services.

UK-London: Typesetting services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 8001116768, Email: FPSProcurement@fca.org.uk
Contact: Sreeya Dey
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Economic and financial affairs

Section II: Object Of The Contract

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.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Value: 520,000

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:Lot 1 Publication Typesetting
Lot No:1

II.2.2) Additional CPV code(s):
79822300 - Typesetting services.


II.2.3) Place of performance
Nuts code:
UKI - LONDON

Main site or place of performance:
LONDON


II.2.4) Description of the 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:
Quality criterion - Name: Information Management and Security: Data Environment / Weighting: 3
Quality criterion - Name: Information Management and Security: Accessibility / Weighting: 2
Quality criterion - Name: Outputs: Experience Delivering Typesetting Services / Weighting: 5
Quality criterion - Name: Outputs: Proposed Team Structure / Weighting: 15
Quality criterion - Name: Outputs: Quality Control Procedures / Weighting: 10
Quality criterion - Name: Outputs: Service Level Agreement / Weighting: 10
Quality criterion - Name: Account Management: Responsiveness / Weighting: 10
Quality criterion - Name: Account Management: Proposed Approach / Weighting: 10

Cost criterion - Name: Framework Price Schedule / Weighting: 15
Cost criterion - Name: Lot 1 Cost Model / Weighting: 20


II.2.11) Information about options
Options: Yes
Description of these 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.2.13) 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: 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 code(s):
79822500 - Graphic design services.


II.2.3) Place of performance
Nuts code:
UKI - LONDON

Main site or place of performance:
LONDON


II.2.4) Description of the 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:
Quality criterion - Name: Information Management and Security: Data Environment / Weighting: 3
Quality criterion - Name: Information Management and Security: Accessibility / Weighting: 2
Quality criterion - Name: Outputs: Quality Control Procedures / Weighting: 5
Quality criterion - Name: Outputs: Creative Development and Production / Weighting: 10
Quality criterion - Name: Outputs: PowerPoint Presentations / Weighting: 10
Quality criterion - Name: Outputs: Transferability / Weighting: 10
Quality criterion - Name: Outputs: Accessibility / Weighting: 10
Quality criterion - Name: Account Management: Proposed Team Structure / Weighting: 5
Quality criterion - Name: Account Management: Responsiveness / Weighting: 5
Quality criterion - Name: Account Management: Timescales / Weighting: 3
Quality criterion - Name: Account Management: Budget / Weighting: 3

Cost criterion - Name: Framework Price Schedule / Weighting: 15
Cost criterion - Name: Lot 2 Cost Model / Weighting: 20


II.2.11) Information about options
Options: Yes
Description of these 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.2.13) 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: Other potential users of this framework are as stated in the ITT.

Please note for the Quality criteria, Timescales and Budget under Account Management both have a 2.5% weighting and not 3% (decimal points are disallowed)


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: Yes


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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 84-200490



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: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: 1
Title: Publication Typesetting

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 29/11/2019

V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
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)
Digital Creative Services (London) Limited
Kingfisher House, 11 Hoffmanns Way, Chelmsford, Essex, CM1 1GU, United Kingdom
Tel. +44 2077295500, Email: sales@dcsprint.co.uk
Internet address: http://www.dcsprint.co.uk/
NUTS Code: UKH3
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: 300,000
Total value of the contract/lot: 300,000
Currency: GBP

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


Award Of Contract (No.2)

Contract No: CON-18-197
Lot Number: 2
Title: Graphic Design

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 28/11/2019

V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
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: Yes

Contractor (No.1)
North East London Commissioning Support Unit (NEL CSU)
Clifton House, 75-77 Worship Street, London, EC2A 2DU, United Kingdom
Tel. +44 2036881000, Email: nelcsu.info@nhs.net
Internet address: http://www.nelcsu.nhs.uk/
NUTS Code: UKI
The contractor is an SME: No

Contractor (No.2)
Ecorys UK Limited
Albert House Quay Place, 92-93 Edward Street, Birmingham, B1 2RA, United Kingdom
Tel. +44 1212128800, Email: birmingham@ecorys.com
Internet address: https://www.ecorys.com/united-kingdom
NUTS Code: UKG31
The contractor is an SME: No

Contractor (No.3)
DTW Advertising and Marketing Limited
Bank Chambers, Market Place, Guisborough, Cleveland, TS14 6BN, United Kingdom
Tel. +44 1287610404, Email: letstalk@dtw.co.uk
Internet address: https://dtw.co.uk/
NUTS Code: UKE2
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: 350,000
Total value of the contract/lot: 350,000
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://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=458298494

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
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Email: FPSProcurement@fca.org.uk
Internet address: www.fca.org.uk

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: 17/12/2019