Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for the Economy
Adelaide House 39/49
BELFAST
BT2 8FD
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 4572576 DfE - Provision of Graphic Design, Artwork and Print Services
Reference number: 4572576
II.1.2) Main CPV code
98000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Department for the Economy wishes to appoint a Contractor to provide a graphic design, artwork, and print management service. The Contractor must produce and print to a target audience, as advised by the Corporate Engagement and Marketing Branch (CEMB), visual design concepts and imagery that are in keeping with the Department’s corporate identity and accessibility guidelines whilst demonstrating imaginative and creative thinking.
II.1.5) Estimated total value
Value excluding VAT:
495 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79810000
79820000
79811000
79821000
79821100
79822400
79822500
79823000
79824000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Department for the Economy wishes to appoint a Contractor to provide a graphic design, artwork, and print management service. The Contractor must produce and print to a target audience, as advised by the Corporate Engagement and Marketing Branch (CEMB), visual design concepts and imagery that are in keeping with the Department’s corporate identity and accessibility guidelines whilst demonstrating imaginative and creative thinking.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
495 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
One option to extend for any period up to and including 1 year
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection Criteria 1 Company Experience - Tenderers must provide an example of having provided graphic design, artwork and print management service of corporate publications such as literature, reports to a similar scale and scope of minimum 200 jobs per annum.. . Selection Criteria 2 Fair Work - Tenderers must provide evidence of their positive approach to fair work practices for workers including agency or sub contractors who will be engaged in the delivery of this contract.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/06/2023
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
04/09/2023
IV.2.7) Conditions for opening of tenders
Date:
06/06/2023
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.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..
VI.4) Procedures for review
VI.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.
UK
UK
VI.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.
VI.5) Date of dispatch of this notice
02/05/2023