Section one: Contracting authority
one.1) Name and addresses
The Department of Justice
c/o CPD, 303 Airport Road West
BELFAST
BT3 9ED
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.justice-ni.gov.uk/
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 4748127 - DoJ - The Provision of a Graphic Design and Print Service
two.1.2) Main CPV code
- 79822500 - Graphic design services
two.1.3) Type of contract
Services
two.1.4) Short description
The Department of Justice (DoJ) is responsible for the resourcing, legislative and policy framework of the justice system in Northern Ireland. The mission of the Department is: “working in partnership to create a fair, just and safe community where we respect the law and each other”. The Department of Justice, together with its agencies, Non-Departmental Public Bodies (NDPBs) and stakeholders supports the Minister of Justice in delivering on this mission. The DoJ wishes to establish a contract for the provision of graphic design, artwork and print management services. The Contractor will be required to provide a print management function and, if necessary, may subcontract the print element as required. The Contractor will be responsible for the quality and delivery of the final print products. The Contractor will be required to deliver a flexible, high-quality service while achieving best value for money for the public purse. The Contract will be for an initial period of 3 years with the option to extend for two further periods of 12 months each.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79800000 - Printing and related services
- 79823000 - Printing and delivery services
- 79810000 - Printing services
- 79820000 - Services related to printing
- 79824000 - Printing and distribution services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department of Justice (DoJ) is responsible for the resourcing, legislative and policy framework of the justice system in Northern Ireland. The mission of the Department is: “working in partnership to create a fair, just and safe community where we respect the law and each other”. The Department of Justice, together with its agencies, Non-Departmental Public Bodies (NDPBs) and stakeholders supports the Minister of Justice in delivering on this mission. The DoJ wishes to establish a contract for the provision of graphic design, artwork and print management services. The Contractor will be required to provide a print management function and, if necessary, may subcontract the print element as required. The Contractor will be responsible for the quality and delivery of the final print products. The Contractor will be required to deliver a flexible, high-quality service while achieving best value for money for the public purse. The Contract will be for an initial period of 3 years with the option to extend for two further periods of 12 months each.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will be for an initial period of 3 years with the option to extend for two further periods of 12 months 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.2.2) Time limit for receipt of tenders or requests to participate
Date
8 November 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 6 February 2024
four.2.7) Conditions for opening of tenders
Date
8 November 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Department of Justice and the following Agencies and Arm’s Length Bodies (ALBs) will be party to this Contract: Northern Ireland Prison Service, Forensic Science Northern Ireland, Northern Ireland Courts and Tribunals Service, Criminal Justice Inspection for Northern Ireland, Police Ombudsman for Northern Ireland, Prisoner Ombudsman for Northern Ireland, Police Rehabilitation and Retraining Trust, Probation Board for Northern Ireland, Youth Justice Agency, Northern Ireland Policing Board, Legal Service Agency and State Pathology Department.. The estimated contract values are broad estimates only, include additional quantum for unforeseen demand and to future proof for additional potential users. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or. uptake. No compensation will be payable to a contractor should the actual demand be less than that stated. 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 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 written warning and notice of unsatisfactory performance, and this contract may be terminated. The issue of a notice of written warning and notice 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 up to 3 years from the date of issue of the notice. The authority expressly reserves the rights: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award a contracts in respect of any part(s) of the services covered by this notice and (iv) to award contract(s) in stages. And under no circumstances will the authority be liable for any costs incurred by Candidates.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/ mediation procedures in public procurement competitions. Instead, any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Regulations.
The UK does not have any special review body with responsibility for appeal/mediation procedures
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.