Section one: Contracting authority
one.1) Name and addresses
Northern Ireland Local Government Officers’ Superannuation Committee NILGOSC
411 Holywood Road
BELFAST
BT4 2LP
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
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 5276936 DfC - NILGOSC - Printing Services
Reference number
ID 5276936
two.1.2) Main CPV code
- 79800000 - Printing and related services
two.1.3) Type of contract
Services
two.1.4) Short description
NILGOSC is the administrating body for the Northern Ireland Local Government Pension Scheme (the Scheme). NILGOSC wishes to appoint one Supplier for both Lot 1 and Lot 2 for the provision of Secure Print and Mailing Services and General Print Services. The services required have been divided into the following 2 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 Supplier for each Lot. Suppliers will be required to deliver the requirements detailed for each Lot- as set out in this Specification document. Lot 1 – Secure Print and Mailing Services Lot 2 – General Print Services Please see ID 5276936 Mid-Tier Schedule 2 Specification document for further information.
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: £313,000
two.2) Description
two.2.1) Title
Lot 1 - Secure Print and Mailing Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
- 79820000 - Services related to printing
- 79811000 - Digital printing services
- 79821000 - Print finishing services
- 79821100 - Proofreading services
- 79823000 - Printing and delivery services
- 79824000 - Printing and distribution services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
NILGOSC is the administrating body for the Northern Ireland Local Government Pension Scheme (the Scheme). NILGOSC wishes to appoint one Supplier for both Lot 1 and Lot 2 for the provision of Secure Print and Mailing Services and General Print Services. The services required have been divided into the following 2 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 Supplier for each Lot. Suppliers will be required to deliver the requirements detailed for each Lot- as set out in this Specification document. Lot 1 – Secure Print and Mailing Services Lot 2 – General Print Services Please see ID 5276936 Mid-Tier Schedule 2 Specification document for further information.
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Resources / Weighting: 13.3
Quality criterion - Name: AC2 Proposed Methodology / Weighting: 13.3
Quality criterion - Name: AC3 Example of Print and Delivery Process / Weighting: 6.3
Quality criterion - Name: AC4 Security Measures / Weighting: 9.8
Quality criterion - Name: AC5 Key Account Manager Experience / Weighting: 4.9
Quality criterion - Name: AC6 Contract Management and Contingency / Weighting: 7
Quality criterion - Name: AC7 Data Protection / Weighting: 4.9
Quality criterion - Name: AC8 Social Value / Weighting: 10.5
Cost criterion - Name: AC9 Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The initial contract period will run for a period of 2 years with two options to extend for up to 12 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) Description
two.2.1) Title
Lot 2 - General Print Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
- 79820000 - Services related to printing
- 79811000 - Digital printing services
- 79821000 - Print finishing services
- 79821100 - Proofreading services
- 79823000 - Printing and delivery services
- 79824000 - Printing and distribution services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
NILGOSC is the administrating body for the Northern Ireland Local Government Pension Scheme (the Scheme). NILGOSC wishes to appoint one Supplier for both Lot 1 and Lot 2 for the provision of Secure Print and Mailing Services and General Print Services. The services required have been divided into the following 2 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 Supplier for each Lot. Suppliers will be required to deliver the requirements detailed for each Lot- as set out in this Specification document. Lot 1 – Secure Print and Mailing Services Lot 2 – General Print Services Please see ID 5276936 Mid-Tier Schedule 2 Specification document for further information.
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Resources / Weighting: 21
Quality criterion - Name: AC2 Proposed Methodology / Weighting: 21
Quality criterion - Name: AC3 Example of Print and Delivery Process / Weighting: 6.3
Quality criterion - Name: AC4 Key Account Manager Experience / Weighting: 5.6
Quality criterion - Name: AC5 Contract Management and Contingency / Weighting: 5.6
Quality criterion - Name: AC6 Social Value / Weighting: 10.5
Cost criterion - Name: AC7 Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The initial contract period will run for a period 2 years with two options to extend for up to 12 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
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: 2025/S 000-002619
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 - Secure Print and Mailing Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 May 2025
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
Datagraphic Group Limited
Ireland Industrial Estate
CHESTERFIELD
S43 3LS
Telephone
+44 1246543000
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: £177,000
Total value of the contract/lot: £177,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 - General Print Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 May 2025
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
W G BAIRD LTD
67 Greystone Road
ANTRIM
BT41 2RS
Telephone
+44 2894463911
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: £136,000
Total value of the contract/lot: £136,000
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.
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.