Tender

ID 3248488 DfC NILGOSC - Design and Printing Services

  • N I Local Government Officers' Superannuation Committee NILGOSC

F02: Contract notice

Notice identifier: 2021/S 000-007259

Procurement identifier (OCID): ocds-h6vhtk-02a3cc

Published 8 April 2021, 2:40pm



Section one: Contracting authority

one.1) Name and addresses

N I Local Government Officers' Superannuation Committee NILGOSC

411 Holywood Road

BELFAST

BT4 2LP

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS 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

Tenders or requests to participate must be submitted to the above-mentioned address

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 3248488 DfC NILGOSC - Design and Printing Services

Reference number

ID 3248488

two.1.2) Main CPV code

  • 79800000 - Printing and related services

two.1.3) Type of contract

Services

two.1.4) Short description

NILGOSC wishes to appoint competent Contractors to provide a range of services across 3 Lots for the provision of Secure Print Services, General Print Services as well as Design and Print Management Services. The services required have been divided into the following 3 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 Contractor for each Lot. Contractors will be required to deliver the requirements as set out in each of the Lots as set out in the Specification document. Lot 1 – Secure Printing – High Risk Lot 2 – Secure Printing and General Print Lot 3 – Design Services (including Design of the Annual Accounts with Print Services and Videography Services)

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

Lot 1 – Secure Printing – High Risk

Lot No

1

two.2.2) Additional CPV code(s)

  • 79810000 - Printing services
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services
  • 79811000 - Digital printing services
  • 79820000 - Services related to printing
  • 79821000 - Print finishing services
  • 79821100 - Proofreading services
  • 79822400 - Lithographic services
  • 79822500 - Graphic design services

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND

two.2.4) Description of the procurement

NILGOSC wishes to appoint competent Contractors to provide a range of services across 3 Lots for the provision of Secure Print Services, General Print Services as well as Design and Print Management Services. The services required have been divided into the following 3 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 Contractor for each Lot. Contractors will be required to deliver the requirements as set out in each of the Lots as set out in the Specification document. Lot 1 – Secure Printing – High Risk Lot 2 – Secure Printing and General Print Lot 3 – Design Services (including Design of the Annual Accounts with Print Services and Videography Services)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £550,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Client may, with agreement of the contractor, extend the contract for any period up to and including 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Client may, with agreement of the contractor, extend the contract for any period up to and including 24 months

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.2.14) Additional information

The value in II.2.6 is an estimated value. Over the contract period NILGOSC has estimated costs for the Lot as per the breakdown below; these costs are exclusive of VAT and although are estimates they do not offer any guarantee of level of business.. . Lot 1 Print £180,000 Postage £370,000.

two.2) Description

two.2.1) Title

Lot 2 – Secure Printing and General Print

Lot No

2

two.2.2) Additional CPV code(s)

  • 79810000 - Printing services
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services
  • 79811000 - Digital printing services
  • 79820000 - Services related to printing
  • 79821000 - Print finishing services
  • 79821100 - Proofreading services
  • 79822400 - Lithographic services
  • 79822500 - Graphic design services

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND

two.2.4) Description of the procurement

NILGOSC wishes to appoint competent Contractors to provide a range of services across 3 Lots for the provision of Secure Print Services, General Print Services as well as Design and Print Management Services. The services required have been divided into the following 3 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 Contractor for each Lot. Contractors will be required to deliver the requirements as set out in each of the Lots as set out in the Specification document. Lot 1 – Secure Printing – High Risk Lot 2 – Secure Printing and General Print Lot 3 – Design Services (including Design of the Annual Accounts with Print Services and Videography Services)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £570,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Client may, with agreement of the contractor, extend the contract for any period up to and including 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Client may, with agreement of the contractor, extend the contract for any period up to and including 24 months

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.2.14) Additional information

The value in II.2.6 is an estimated value. Over the contract period NILGOSC has estimated costs for the Lot as per the breakdown below; these costs are exclusive of VAT and although are estimates they do not offer any guarantee of level of business.. . . Lot 2 Print £270,000 Postage £300,000

two.2) Description

two.2.1) Title

Lot 3 – Design Services (including Design of the Annual Accounts with Print Services and Videography Services)

Lot No

3

two.2.2) Additional CPV code(s)

  • 79810000 - Printing services
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services
  • 79811000 - Digital printing services
  • 79820000 - Services related to printing
  • 79821000 - Print finishing services
  • 79821100 - Proofreading services
  • 79822400 - Lithographic services
  • 79822500 - Graphic design services

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND

two.2.4) Description of the procurement

NILGOSC wishes to appoint competent Contractors to provide a range of services across 3 Lots for the provision of Secure Print Services, General Print Services as well as Design and Print Management Services. The services required have been divided into the following 3 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 Contractor for each Lot. Contractors will be required to deliver the requirements as set out in each of the Lots as set out in the Specification document. Lot 1 – Secure Printing – High Risk Lot 2 – Secure Printing and General Print Lot 3 – Design Services (including Design of the Annual Accounts with Print Services and Videography Services)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £230,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Client may, with agreement of the contractor, extend the contract for any period up to and including 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Client may, with agreement of the contractor, extend the contract for any period up to and including 24 months

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.2.14) Additional information

The value in II.2.6 is an estimated value. Over the contract period NILGOSC has estimated costs for the Lot as per the breakdown below; these costs are exclusive of VAT and although are estimates they do not offer any guarantee of level of business.. . . Lot 3 £230,000


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

10 May 2021

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: 8 August 2021

four.2.7) Conditions for opening of tenders

Date

10 May 2021

Local time

3:30pm

Information about authorised persons and opening procedure

Only CPD Procurement Staff with access to the project on eTendersNI


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Following the expiry of this contract

six.3) Additional information

The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see. Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). 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 their. performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional. misconduct and they may be issued with a Notice of Unsatisfactory Performance and this Contract may be terminated. A central register. of such Notices for supplies and services contracts will be maintained and published on the CPD website.. . Any contractor in receipt of. a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the. date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by. Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy... 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.. . and 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 a special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015as amended

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015(as amended). and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award. of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the. unsuccessful tenderers to challenge the award decision before the contract is entered into