Scope
Description
The aim of this procurement is to establish a framework whereby Assembly Commission staff can avail of legislative and corporate printing services. This entails the printing of key parliamentary publications — for example, Bills and their associated documents, Hansard bound volumes, standing orders and some corporate publications — for example, resource accounts, pension scheme information etc.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=1002578096
Commercial tool
Establishes a framework
Framework
Maximum percentage fee charged to suppliers
0%
Framework operation description
Award Mechanism
The call off process will be managed by Direct Award / Ranking. Call-off contracts awarded under this Framework will be made without further competition in accordance with Section 45(3)–(4) of the Procurement Act 2023.
Supplier Ranking
At the point of Framework award, suppliers will be ranked 1st, 2nd and 3rd based on their final evaluation scores in the original framework competition.
This ranking will remain fixed for the full duration of the Framework.
Direct Award Process/Highest Ranking
For each requirement arising under the Framework, the highest-ranked supplier (Rank 1) will be offered the opportunity to deliver the call-off contract.
If the Rank 1 supplier confirms they are unable to deliver (due to capacity, availability, or other reasonable grounds, to be documented by the business area), the business area may offer the requirement to the next-ranked supplier, and so on.
Award method when using the framework
Without competition
Contracting authorities that may use the framework
Establishing party only
Contract 1. Framework for the Provision of Legislative and Corporate Print
Suppliers (3)
Contract value
- £320,000 excluding VAT
- £384,000 including VAT
Above the relevant threshold
Date signed
19 December 2025
Contract dates
- 5 January 2026 to 4 January 2030
- 4 years
Main procurement category
Services
CPV classifications
- 22000000 - Printed matter and related products
- 22100000 - Printed books, brochures and leaflets
- 22458000 - Bespoke printed matter
- 22900000 - Miscellaneous printed matter
- 79800000 - Printing and related services
- 79810000 - Printing services
- 79811000 - Digital printing services
- 79820000 - Services related to printing
- 79821000 - Print finishing services
- 79823000 - Printing and delivery services
- 79824000 - Printing and distribution services
Contract locations
- UKN - Northern Ireland
- UKN0 - Northern Ireland
- UKN06 - Belfast
Key performance indicators
| Name | Description | Reporting frequency |
|---|---|---|
| Adherence to response times | Telephone calls should be returned within 1 working day. Email correspondence should be dealt with within 1 working day. Any periods of absence should be covered by a nominated individual to ensure... |
365 days |
| Work completed expeditiously | All jobs completed within the timeframe agreed at time of call-off job being commissioned. |
365 days |
| Ease of contact / Resolution of queries | Supplier nominated contact available to respond to queries and issues as they arise. They should be contactable by a direct dial number and by email. |
365 days |
| Quality of work or service on final completion | All call-off work must be accurate and be of acceptable quality. Each call-off job will be agreed between the supplier and the Assembly Commission’s SPOC. Costs of rework required as a result of... |
365 days |
| Competency/skills of workforce including third party supplier performance. | Anyone appointed to deliver outputs under this contract must be competent and skilled to allow them to deliver the standards expected. This includes any sub-contractors relied upon to deliver. All... |
365 days |
| Accuracy of Invoices / Standard of Documentation | All invoices must be complete, accurate and raised within 30 days of receipt of the delivery of the print to the agreed standard. |
365 days |
| Costs in line with tendered rates | Costs agreed in the rate card must be upheld. The only exception is for orders which differ significantly from the specified jobs. |
365 days |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Suppliers
Improvised Print
- Companies House: NI691955
41 Dargan Road
Belfast
BT3 9JU
United Kingdom
Email: gavin@impro.co.uk
Region: UKN06 - Belfast
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1
Minprint Holdings Limited t/a MAD Colour
- Companies House: NI046201
9 Alexander Road
Belfast
BT6 9FN
United Kingdom
Email: robert@madcolour.com
Region: UKN06 - Belfast
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1
Northside Graphics
- Companies House: NI021265
17 Dargan Crescent
Belfast
BT3 9RP
United Kingdom
Region: UKN06 - Belfast
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1
Contracting authority
Northern Ireland Assembly
- Public Procurement Organisation Number: PYCW-9139-GQXZ
Northern Ireland Assembly, Parliament Buildings, Stormont
Belfast
BT4 3XX
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government