Awarded contract

ID 3771002 - DfE - Northern Ireland Screen - Graphic Design, Artwork and Print Management Services

  • Northern Ireland Screen

F03: Contract award notice

Notice reference: 2023/S 000-015355

Published 31 May 2023, 11:20am



Section one: Contracting authority

one.1) Name and addresses

Northern Ireland Screen

3rd Floor Alfred house, 21 Alfred Street

Belfast

BT2 8ED

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://northernirelandscreen.co.uk/

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 3771002 - DfE - Northern Ireland Screen - Graphic Design, Artwork and Print Management Services

Reference number

ID 3771002

two.1.2) Main CPV code

  • 79820000 - Services related to printing

two.1.3) Type of contract

Services

two.1.4) Short description

Northern Ireland Screen wishes to establish a contract for the provision of graphic design, artwork and print management services for a variety of marketing and promotional tools. The Contract will be for an initial period of two years with two options to extend by up to one year each. Tenderers should refer to the Specification Schedule for more details on the services required.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £300,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79822500 - Graphic design services
  • 79823000 - Printing and delivery services
  • 79824000 - Printing and distribution services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Northern Ireland Screen wishes to establish a contract for the provision of graphic design, artwork and print management services for a variety of marketing and promotional tools. The Contract will be for an initial period of two years with two options to extend by up to one year each. Tenderers should refer to the Specification Schedule for more details on the services required.

two.2.5) Award criteria

Quality criterion - Name: AC1 Proposed Team Experience / Weighting: 19.6

Quality criterion - Name: AC2 Proposed Methodology / Weighting: 18.2

Quality criterion - Name: AC3 Account Manager Experience / Weighting: 11.2

Quality criterion - Name: AC4 Contract Management / Weighting: 10.5

Quality criterion - Name: AC5 Social Value / Weighting: 10.5

Cost criterion - Name: AC6 Total Cost for Jobs Listed / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

After the initial two year contract period, there are two options to extend the contract by up to one year each.

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-002341


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 May 2023

five.2.2) Information about tenders

Number of tenders received: 8

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: 8

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 02890802020

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: £300,000

Total value of the contract/lot: £300,000


Section six. Complementary information

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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the 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..

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 (as amended) 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.