Contract

ID 3248488 DfC NILGOSC - Design and Printing Services

  • N I Local Government Officers' Superannuation Committee NILGOSC

F03: Contract award notice

Notice identifier: 2021/S 000-014922

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

Published 30 June 2021, 11:05am



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.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

Email

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

Email

sales@gpscolour.co.uk

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

Email

dbrennan@asgireland.com

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.