EU Exit and Covid-19 Graphic Design Tender
The Consumer Council wishes to appoint a competent contractor to provide graphic design, artwork and print management for EU Exit and Covid-19 materials.
United Kingdom-Belfast: Printing and delivery services
2020/S 142-350828
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Seatem House, 28-32 Alfred Street
Town: Belfast
NUTS code: UK UNITED KINGDOM
Postal code: BT2 8EN
Country: United Kingdom
E-mail: SSDAdmin.CPD@finance-ni.gov.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:
ID 2639207 — DfE — Consumer Council for NI — EU Exit and Covid-19 Graphic Design, Artwork and Print Management Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Consumer Council wishes to appoint a competent contractor to provide graphic design, artwork and print management for EU Exit and Covid-19 materials. The contractor will be required to provide a print management function and if necessary may sub contract the print element as required. The contractor will also be responsible for the quality and delivery of the final print products. Following allocation of additional funding in order to ensure NI consumers are prepared for the UK Exit from the EU and the sudden emergence of Covid-19 and the resulting lockdown situation in NI, the client now requires a graphic design and print management contract specifically for EU Exit and Covid-19 materials. There will be no overlap with the existing general graphic design and print management contract.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Consumer Council wishes to appoint a competent contractor to provide graphic design, artwork and print management for EU Exit and Covid-19 materials. The contractor will be required to provide a print management function and if necessary may subcontract the print element as required. The contractor will also be responsible for the quality and delivery of the final print products. Following allocation of additional funding in order to ensure NI consumers are prepared for the UK Exit from the EU and the sudden emergence of Covid-19 and the resulting lockdown situation in NI, the client now requires a graphic design and print management contract specifically for EU Exit and Covid-19 materials. There will be no overlap with the existing general graphic design and print management contract.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
Approved spend for this contract is estimated at GBP 50 000 ex VAT. Additional funding has been requested to address potential future requirement. If funds become available the total may increase to between GBP 120 000 and GBP 200 000 ex VAT. There is no guarantee that additional funds will be made available at this stage.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
As per tender documentation.
III.1.3)Technical and professional ability
As per tender documentation.
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
Only CPD Procurement Staff with access to the project on eTendersNI.
Section VI: Complementary information
VI.1)Information about recurrence
New contract expected to be in place following the conclusion of this one.
VI.3)Additional information:
Contract monitoring. The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). 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 this contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also 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:
(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) contract(s) in respect of any part(s) of the [services] covered by this notice; and
(iv) to award contract(s) in stages and in no circumstances will the authority be liable for any costs incurred by candidates.
VI.4.1)Review body
Town: UK
Country: 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: