Typesetting and Printing Services Northern Ireland
Confidential Typesetting, Printing, Packing and Dispatch of Confidential Examination Question Papers.
United Kingdom-Belfast: Typesetting services
2017/S 116-233111
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
29 Clarendon Rd
Belfast
BT1 3BG
United Kingdom
E-mail: patrice.mcpolin@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DE — CCEA — Confidential Typesetting, Printing, Packing and Dispatch of Confidential Examination Question Papers and Associated Materials.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Northern Ireland Council for the Curriculum, Examinations and Assessment the Council is seeking to engage competent suppliers for the production of its examination question papers and associated materials for the period 24 October 2017-23 October 2019 with the possibility of two 1 year extensions. The Council has been responsible for providing Northern Ireland GCSE and GCE A/AS and its predecessor examinations since 1970. On average CCEA produces 600 question papers in a variety of subjects, and up to 60 percent of these papers are marked online. During the course of this contract these papers will be produced with the inclusion of variable data barcodes.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Northern Ireland Council for the Curriculum, Examinations and Assessment the Council is seeking to engage competent suppliers for the production of its examination question papers and associated materials for the period 24 October 2017-23 October 2019 with the possibility of two 1 year extensions. The Council has been responsible for providing Northern Ireland GCSE and GCE A/AS and its predecessor examinations since 1970. On average CCEA produces 600 question papers in a variety of subjects, and up to 60 percent of these papers are marked online. During the course of this contract these papers will be produced with the inclusion of variable data barcodes.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Contract will be for a duration of two years with the option to extend for up to 24 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Tenderers can tender for either or both lots but must note that they will only be awarded one lot. The Most Economical Advantageous Tender (MEAT) for each lot will be awarded the contract. As detailed in the specification.
II.2.1)Title:
Lot 2
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Northern Ireland Council for the Curriculum, Examinations and Assessment the Council is seeking to engage competent suppliers for the production of its examination question papers and associated materials for the period 24 October 2017-23 October 2019 with the possibility of two 1 year extensions. The Council has been responsible for providing Northern Ireland GCSE and GCE A/AS and its predecessor examinations since 1970. On average CCEA produces 600 question papers in a variety of subjects, and up to 60 percent of these papers are marked online. During the course of this contract these papers will be produced with the inclusion of variable data barcodes.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Contract will be for a duration of two years with the option to extend for up to 24 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Tenderers can tender for either or both lots but must note that they will only be awarded one lot. The Most Economical Advantageous Tender (MEAT) for each lot will be awarded the contract. As detailed in the specification.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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 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 Certificate of Unsatisfactory Performance and the contract may be terminated… The issue of a Certificate 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 twelve months from the date of issue of the certificate.
VI.4.1)Review body
NA
United Kingdom
VI.4.2)Body responsible for mediation procedures
NA
United Kingdom
VI.4.3)Review procedure
CPD will comply with the Public Contracts Regulations 2015 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:
Related Posts
Invitation to Tender for External Printing Services
North Yorkshire Police Printing Services Contract
Liverpool City Council External Print Framework 2017