Section one: Contracting authority
one.1) Name and addresses
Northern Ireland Local Government Officers' Superannuation Committee
411 Holywood Road
BELFAST
BT4 2LP
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 5276936 DfC - NILGOSC - Printing Services
Reference number
ID 5276936
two.1.2) Main CPV code
- 79800000 - Printing and related services
two.1.3) Type of contract
Services
two.1.4) Short description
NILGOSC is the administrating body for the Northern Ireland Local Government Pension Scheme (the Scheme). NILGOSC wishes to appoint one Supplier for both Lot 1 and Lot 2 for the provision of Secure Print and Mailing Services and General Print Services. The services required have been divided into the following 2 Lots. Each Lot will be evaluated and awarded separately, there is no limit to the number of Lots tenderers may bid for or be awarded. There will be a single Supplier for each Lot. Suppliers will be required to deliver the requirements detailed for each Lot- as set out in this Specification document. Lot 1 – Secure Print and Mailing Services Lot 2 – General Print Services Please see ID 5276936 Mid-Tier Schedule 2 Specification document for further information.
two.1.5) Estimated total value
Value excluding VAT: £313,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Lot 1 - Secure Print and Mailing Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
- 79820000 - Services related to printing
- 79811000 - Digital printing services
- 79821000 - Print finishing services
- 79821100 - Proofreading services
- 79823000 - Printing and delivery services
- 79824000 - Printing and distribution services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
NILGOSC is the administrating body for the Northern Ireland Local Government Pension Scheme (the Scheme). NILGOSC wishes to appoint one Supplier for both Lot 1 and Lot 2 for the provision of Secure Print and Mailing Services and General Print Services. The services required have been divided into the following 2 Lots. Each Lot will be evaluated and awarded separately, there is no limit to the number of Lots tenderers may bid for or be awarded. There will be a single Supplier for each Lot. Suppliers will be required to deliver the requirements detailed for each Lot- as set out in this Specification document. Lot 1 – Secure Print and Mailing Services Lot 2 – General Print Services Please see ID 5276936 Mid-Tier Schedule 2 Specification document for further information.
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Resources / Weighting: 13.3
Quality criterion - Name: AC2 Proposed Methodology / Weighting: 13.3
Quality criterion - Name: AC3 Example of Print and Delivery Process / Weighting: 6.3
Quality criterion - Name: AC4 Security Measures / Weighting: 9.8
Quality criterion - Name: AC5 Key Account Manager Experience / Weighting: 4.9
Quality criterion - Name: AC6 Contract Management and Contingency / Weighting: 7
Quality criterion - Name: AC7 Data Protection / Weighting: 4.9
Quality criterion - Name: AC8 Social Value / Weighting: 10.5
Cost criterion - Name: AC9 Total Contract Cost / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £177,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
This contract is an ongoing requirement for NILGOSC and may be subject to renewal after this current contract expires.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There are two separate options to extend this contract for a period of up to 12 months on each occasion.
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
Lot 2 - General Print Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
- 79820000 - Services related to printing
- 79811000 - Digital printing services
- 79821000 - Print finishing services
- 79821100 - Proofreading services
- 79823000 - Printing and delivery services
- 79824000 - Printing and distribution services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
NILGOSC is the administrating body for the Northern Ireland Local Government Pension Scheme (the Scheme). NILGOSC wishes to appoint one Supplier for both Lot 1 and Lot 2 for the provision of Secure Print and Mailing Services and General Print Services. The services required have been divided into the following 2 Lots. Each Lot will be evaluated and awarded separately, there is no limit to the number of Lots tenderers may bid for or be awarded. There will be a single Supplier for each Lot. Suppliers will be required to deliver the requirements detailed for each Lot- as set out in this Specification document. Lot 1 – Secure Print and Mailing Services Lot 2 – General Print Services Please see ID 5276936 Mid-Tier Schedule 2 Specification document for further information.
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Resources / Weighting: 21
Quality criterion - Name: AC2 Proposed Methodology / Weighting: 21
Quality criterion - Name: AC3 Example of Print and Delivery Process / Weighting: 6.3
Quality criterion - Name: AC4 Key Account Manager Experience / Weighting: 5.6
Quality criterion - Name: AC5 Contract Management and Contingency / Weighting: 5.6
Quality criterion - Name: AC6 Social Value / Weighting: 10.5
Cost criterion - Name: AC7 Total Contract Cost / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £136,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
This contract is an ongoing requirement for NILGOSC and may be subject to renewal after the current contract expires.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There are two separate options to extend this contract for a period of up to 12 months on each occasion.
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
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2025
Local time
3:00pm
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
Tender must be valid until: 29 May 2025
four.2.7) Conditions for opening of tenders
Date
28 February 2025
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious. matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to. improve. If, after the specified time, they still fail to reach satisfactory levels of contract. performance, the matter will be escalated to senior management in CPD for further action. If this occurs and your performance does not improve to satisfactory levels within the. specified period, this can be considered grounds for termination of the contract at your. expense as provided for in the Mid-Tier Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt. of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in. accordance with The Public Contracts Regulations 2015 (as amended) be excluded from. future public. procurement competitions for a period of up to three years. The Authority. expressly reserves the. rights:. (I) not to award any contract as. a result of the procurement. process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content. and structure of the tendering Competition; (III) to award (a) contract(s). in respect of any part(s) of the services covered by this notice; and. (IV) to award contract(s). in stages. In no circumstances will the Authority be liable for any costs incurred by candidates.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended. Postal address
Belfast
Country
United Kingdom