Printing and Mailing Tender Northern Ireland
DARD Printing and Mailing of Single Application Packs from 2015.
United Kingdom-Derry: Printed matter and related products
2014/S 146-262580
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department of Agricultural and Rural Development
Orchard House, 40 Foyle Street
For the attention of: Allison Orr
BT48 6AT Derry
UNITED KINGDOM
E-mail: allison.orr@dfpni.gov.uk
Internet address(es):
General address of the contracting authority: www.dardni.gov.uk
Address of the buyer profile: http://www.dfpni.gov.uk/cpd
Electronic access to information: https://e-sourcingni.bravosolution.co.uk/
Electronic submission of tenders and requests to participate: https://e-sourcingni.bravosolution.co.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 15: Publishing and printing services on a fee or contract basis
NUTS code UKN
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 210 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
22000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per the Tender documents.
III.2.3)Technical capacity
As per the Tender documents.
Minimum level(s) of standards possibly required:
Company Experience:
The tenderer must demonstrate experience within the last 3 years (which must include specific dates) of:
— Provision of services which are similar to the requirements detailed in these tender documents,
— Relevant experience such as, but in no way limited to printing, preparation and distribution of large volumes (at least 20,000 individual packs) of packs containing multiple documents some of which must have been personalised.
The tenderer must clearly demonstrate that they have the minimum level of experience detailed above by providing an example (s) of a previous assignment (s) with dates. Experience must be presented in a format that is easily identifiable to the evaluation panel as to what relevant experience the company has. Example (s) provided must be structured to include:
— project title and brief summary of services provided,
— its relevance to this assignment,
— Date the assignment commenced and was completed,
— Details of the entire process form initial brief through to the final outcomes. This must include details of the project and budget management,
— Evidence of ability to comply with data protection legislative requirements in service contract delivery.
Personnel Experience:
The tenderer must provide a Key Account Manager who must be prepared to be the client’s point of contact for all queries relating to this project unless the client feels another contact point is more suitable. If the Key Account Manager is contacted with a query it is the Key Account Manager’s responsibility to ensure the client’s query is answered.
The Key Account Manager must has experience within the last 3 years of managing similar projects including dealing with client communications, managing client accounts, delivering similar projects on budget and on time. Similar projects will include, but are not limited to, the printing, preparation and distribution of large volumes (at least 20,000 individual packs) of packs containing multiple documents some of which must have been personalised.
The tenderer must clearly demonstrate that they have the minimum level of experience detailed above by providing an example (s) of a previous assignment (s) with dates. Experience must be presented in a format that is easily identifiable to the evaluation panel as to what relevant experience the company has. Example (s) provided must be structured to include:
— project title and brief summary of services provided,
— its relevance to this assignment,
— Date the assignment commenced and was completed,
— Details of the entire process form initial brief through to the final outcomes. This must include details of the project and budget management.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Only CPD Procurement Staff with access to the project on eSourcing.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register
— Accept the terms and conditions and click ‘continue’,
— Enter your correct business and user details,
— Note the username you chose and click ‘Save’ when complete,
— You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender – Login to the portal with the username/password
— Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier),
— Click on the relevant PQQ/ ITT to access the content,
— Click the ‘Express Interest’ button at the top of the page,
— This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only),
— You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender
— Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining),
— You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification,
— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT,
— There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
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 Department of Agriculture and Rural Development 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)Body responsible for appeal procedures
Central Procurement Directorate
Clare House 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
Internet address: www.dfpni.gov.uk/cpd
VI.4.2)Lodging of appeals
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
Central Procurement Directorate
Clare House, 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
VI.5)Date of dispatch of this notice: