Contract

ID 5276936 DfC - NILGOSC - Printing Services

  • Northern Ireland Local Government Officers’ Superannuation Committee NILGOSC

F03: Contract award notice

Notice identifier: 2025/S 000-020110

Procurement identifier (OCID): ocds-h6vhtk-04d644 (view related notices)

Published 9 May 2025, 2:40pm



Section one: Contracting authority

one.1) Name and addresses

Northern Ireland Local Government Officers’ Superannuation Committee NILGOSC

411 Holywood Road

BELFAST

BT4 2LP

Email

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

Email

jhawxwell@datagraphic.co.uk

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

Email

laura.dears@wgbaird.com

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.