Tender

ID 5276936 DfC - NILGOSC - Printing Services

  • Northern Ireland Local Government Officers' Superannuation Committee

F02: Contract notice

Notice identifier: 2025/S 000-002619

Procurement identifier (OCID): ocds-h6vhtk-04d644

Published 24 January 2025, 4:51pm



Section one: Contracting authority

one.1) Name and addresses

Northern Ireland Local Government Officers' Superannuation Committee

411 Holywood Road

BELFAST

BT4 2LP

Email

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