Section one: Contracting authority
one.1) Name and addresses
N I Local Government Officers' Superannuation Committee NILGOSC
411 Holywood Road
BELFAST
BT4 2LP
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