- Scope of the procurement
- Lot 1. Print Services DPS - Standard Prinr
- Lot 2. Print Services DPS - High Volume Commercial Print
- Lot 3. Print Services DPS - Door Drop & Leaflet Distribution only
- Lot 4. Print Services DPS - Direct Mail
- Lot 5. Print Services DPS - Envelopes
- Lot 6. Print Services DPS - Fulfilment - Pick and Pack for Distrubution
- Lot 7. Print Services DPS (Print & Distribution) Business Continuity & Disaster Recovery - Security /confidential Printing
- Lot 8. Print Services DPS (Large Format & Promotional Products) - Branded Promotional Products, Specialist Printing
- Lot 9. Print Services DPS (Scanning) Scanning - Questionnaires, photos, plans, maps etc.
- Lot 10. Print Services DPS (Scanning) Business Continuity & Disaster Recovery - Response handling/digital mail room
Section one: Contracting authority
one.1) Name and addresses
Derbyshire County Council
Derbyshire County Council, Procurement & Systems, County Hall
Matlock
DE4 3AG
Contact
Mrs Julia Apperley
julia.apperley@derbyshire.gov.uk
Telephone
+44 1629536854
Country
United Kingdom
NUTS code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract-ufe.due-north.com/Advert/Index?advertId=3c1356cf-c0bf-ec11-811a-005056b67e9c
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract-ufe.due-north.com/Advert/Index?advertId=3c1356cf-c0bf-ec11-811a-005056b67e9c
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local authority
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CST056 Print Services DPS
Reference number
DN6172053
two.1.2) Main CPV code
- 22000000 - Printed matter and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
This is for the provision of a DPS for Print Services
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Print Services DPS - Standard Prinr
Lot No
1
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
This category covers printing and delivery of materials including posters, leaflets, booklets or brochures, flyers, stationery, NCR forms, on any of the following: SRA1/B1, SRA2/B2 or SRA3/B3 sheet fed litho 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
• 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-for-paper-and-paper-products
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Services DPS - High Volume Commercial Print
Lot No
2
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
This category covers printing and delivery of materials including high volume leaflets, booklets or brochures, on any of the following: SRA1/B1 cut stars, web-offset presses, reel digital presses.
Examples include (but not limited to):
• A4 / A5 multi page brochures, door drops, school menus
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-for-paper-and-paper-products
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Services DPS - Door Drop & Leaflet Distribution only
Lot No
3
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
• Lot 3 Door drop & leaflet distribution only
This category covers door drop county distribution for 3 x main publications of
‘Our Derbyshire’, and regionalised distribution requirements for specific
Council leaflets within the County.
Examples include (but not limited to):
• Door drop – xxxxx
• Leaflet - xxxxx
Please note - all printed elements for Lot 3 will be provided via Lot 2 of this Framework.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Services DPS - Direct Mail
Lot No
4
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
Direct Mail Services
This category covers distribution and or preparing mailings for delivery by DSA providers or Royal Mail.
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, ensuring the Councils post account is used at the correct, required, class.
The Council has an in-house Corporate Mail facility that will always be the first port of call for items under this Lot; however, the Council will periodically have a requirement for external providers of postal services to supplement the in-house provision.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Services DPS - Envelopes
Lot No
5
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
Envelopes
This category covers printing and production of envelopes:
Examples include (but not limited to):
• C4 / C5 / DL - pocket, wallet, window, non-window, gummed, opaque
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-for-paper-and-paper-products
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Services DPS - Fulfilment - Pick and Pack for Distrubution
Lot No
6
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
Fulfilment – Pick & Pack Distribution
This category covers collation of set products, based on varying data supplied, to be package accordingly for distribution:
Examples include (but not limited to):
• A5 school menu, with another item (e.g. sticker sheet) to be collated in varying volumes dependant on the size of the school.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Services DPS (Print & Distribution) Business Continuity & Disaster Recovery - Security /confidential Printing
Lot No
7
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
Business Continuity & Disaster Recovery – Standard & Security
Printing / Confidential Print
This category covers all secure and confidential printing for the Council and its partners and includes:
Examples include (but not limited to):
• Payroll, P60’s, Statements, Pension Payslips & Statements etc.
• Confidential service reports, confidential statement of cases (investigation into staff), contracts for Commercial Services, Surveyors reports for planning, Democratic – agendas, audits, EMT/CMT, Cabinet reports
• Mail merges (i.e. admissions letters for schools)
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.
All suppliers for Lot 7 must have ISO 9001 & ISO27001. All production must be completed on-premises within the Company and no 3rd party involvement. There must be facilities for DCC employees to be on company premises during production for checking & verification purposes. All companies must have there own BC & DR policies in place and annually tested.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Services DPS (Large Format & Promotional Products) - Branded Promotional Products, Specialist Printing
Lot No
8
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
two.2.4) Description of the procurement
Large format, Signage, Display & POS Printing
This category covers the production of large posters, signage, display boards & POS.
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, buildings 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
• Vehicle livery
• Point of sale merchandise, promotional products, promotional items, promotional gifts, branded merchandise items are high-impact, low-cost items that are printed with a company logo, contact details or straplines to help accentuate a marketing campaign or amplify a giveaway promoting a brand, product or event.
*For signage and livery; where site visits and on-site measurements are required, this will be requested through quote process and any travel expenses should be quoted within the price estimate
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Services DPS (Scanning) Scanning - Questionnaires, photos, plans, maps etc.
Lot No
9
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
Scanning - Questionnaires, micro fiche, photos, plans, maps etc.
This category covers scanning of various documents, differing substrates and sizes (predominantly A4, minimal A3) with defined metadata for the file to be saved securely:
Examples include (but not limited to):
• Landmark reports with attached photos, plans, maps
• Questionnaires with character recognition but attention to detail on checking output against actual.
All suppliers for Lot 9 must have ISO 9001 & ISO27001. All production must be completed on-premises within the Company and no 3rd party involvement. There must be facilities for DCC employees to be on company premises during production for checking & verification purposes. All companies must have their own BC & DR policies in place and annually tested.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Print Services DPS (Scanning) Business Continuity & Disaster Recovery - Response handling/digital mail room
Lot No
10
two.2.2) Additional CPV code(s)
- 22000000 - Printed matter and related products
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
Business Continuity & Disaster Recovery - Response handling /
digital mail room.
This category covers all secure and confidential incoming mail for the Council and its partners for digitising of various documents, differing substrates and sizes (predominantly A4, minimal A3) with defined metadata for the file to be saved securely::
Examples include (but not limited to):
• Legal / HR responses
• Adult & Childrens Care cases
All suppliers for Lot 10 must have ISO 9001 & ISO27001. All production must be completed on-premises within the Company and no 3rd party involvement. There must be facilities for DCC employees to be on company premises during production for checking & verification purposes. All companies must have their own BC & DR policies in place and annually tested.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 November 2027
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Derbyshire County Council
County Hall
Matlock
DE4 3AG
Country
United Kingdom