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.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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,500,000
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
Quality criterion - Name: AC1 Proposed Resources / Weighting: 17.5
Quality criterion - Name: AC2 Proposed Methodology / Weighting: 17.5
Quality criterion - Name: AC3 Security Measures / Weighting: 14
Quality criterion - Name: AC4 Key Account Manager Experience / Weighting: 10.5
Quality criterion - Name: AC5 Contract Management and Contingency / Weighting: 10.5
Cost criterion - Name: Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The Client may agree to 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 figure in II.1.7 is the total estimated contract value for all 3 Lots. The maximum estimated Contract Value for Lot 1 is up to £550,000.
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
Quality criterion - Name: AC1 Proposed Resources / Weighting: 24.5
Quality criterion - Name: AC2 Proposed Methodology / Weighting: 24.5
Quality criterion - Name: AC3 Key Account Manager Experience / Weighting: 10.5
Quality criterion - Name: AC4 Contract Management and Contingency / Weighting: 10.5
Cost criterion - Name: AC5 Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The Client may agree to 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 figure in II.1.7 is the total estimated contract value for all 3 Lots. The maximum estimated Contract Value for Lot 2 is up to £570,000.
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
Quality criterion - Name: AC1 Proposed Team Experience / Weighting: 24
Quality criterion - Name: AC2 Proposed Methodology / Weighting: 20
Quality criterion - Name: AC3 Key Account Manager Experience / Weighting: 16
Quality criterion - Name: AC4 Contract Management / Weighting: 20
Cost criterion - Name: AC5 Total Contract Price / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
The Client may agree to 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 figure in II.1.7 is the total estimated contract value for all 3 Lots. The maximum estimated Contract Value for Lot 3 is up to £230,000.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-007259
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 – Secure Printing – High Risk
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 June 2021
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
FORTH COMMUNICATION NI LTD
Unit 2B Enterprise House
BANGOR
BT19 7QT
jonathan.montgomery@forthcom.co.uk
Telephone
+44 2891473598
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £550,000
Total value of the contract/lot: £198,405
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 – Secure Printing and General Print
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 June 2021
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
G P S COLOUR GRAPHICS LTD
4 Marshalls Road
Belfast
BT5 6SR
Telephone
+44 2890702020
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £570,000
Total value of the contract/lot: £442,720
Section five. Award of contract
Contract No
3
Lot No
3
Title
Lot 3 – Design Services (including Design of the Annual Accounts with Print Services and Videography Services)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 June 2021
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ANDERSON SPRATT GROUP LTD
Anderson House
BELFAST
BT4 2GU
Telephone
+44 2890802020
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £230,000
Total value of the contract/lot: £121,125
Section six. Complementary information
six.3) Additional information
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 for a period of twelve months from the date of issue of the certificate.
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
belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.