Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
PSNI - Police Service of Northern Ireland
C/O CPD - 303 Airport Road West
BELFAST
BT3 9ED
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 4842518 - PSNI - Production and Delivery of Printed Items
II.1.2) Main CPV code
22000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Police Service of Northern Ireland (PSNI) Creative Hub within the Strategic Communications and Department require a commercial printer, to produce and deliver printed items including forms and a range of other printed material for delivery to, and usage throughout, the PSNI Estate. The commercial printer will offer an end-to-end service from initial client brief through to the delivery of the final products. ***Supplier Open Day *** A supplier open day will be facilitated to provide potential tenderers with the opportunity to familiarise themselves with to view samples of forms and booklets that the customer will make available and for any questions relating to the procurement. It is anticipated this will be on Friday 28 July 2023, the location and time will be confirmed following confirmation of attendance. Attendees will be limited to two individuals per company. Details of attendees must be submitted in advance as a message via eTendersNI, the message must contain the names of the company representatives. This information must be submitted through the secure messaging function within eTendersNI by 12 noon on Wednesday 26 July 2023. It is strongly recommended that tenderers avail of this open day. Tenderers will not be permitted to take any sample materials for future reference, and therefore attendance is the only opportunity for serious and genuine tenderers to examine indicative examples of PSNI’s requirements prior to submitting their proposals. (Since space at Print and Design Unit is limited, if large numbers of potential tenderers wish to view the samples, PSNI may consider arranging an additional day or days. However, since levels of interest are not known at this stage, potential tenderers should note this only as a possibility, and aim to attend at the date and time indicated.) Please note that attendance is not a mandatory requirement; tenderers may still submit proposals without viewing the PSNI samples, and those who do attend are under no obligation to submit a proposal.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 413 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79823000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) Creative Hub within the Strategic Communications and Department require a commercial printer, to produce and deliver printed items including forms and a range of other printed material for delivery to, and usage throughout, the PSNI Estate. The commercial printer will offer an end-to-end service from initial client brief through to the delivery of the final products. ***Supplier Open Day *** A supplier open day will be facilitated to provide potential tenderers with the opportunity to familiarise themselves with to view samples of forms and booklets that the customer will make available and for any questions relating to the procurement. It is anticipated this will be on Friday 28 July 2023, the location and time will be confirmed following confirmation of attendance. Attendees will be limited to two individuals per company. Details of attendees must be submitted in advance as a message via eTendersNI, the message must contain the names of the company representatives. This information must be submitted through the secure messaging function within eTendersNI by 12 noon on Wednesday 26 July 2023. It is strongly recommended that tenderers avail of this open day. Tenderers will not be permitted to take any sample materials for future reference, and therefore attendance is the only opportunity for serious and genuine tenderers to examine indicative examples of PSNI’s requirements prior to submitting their proposals. (Since space at Print and Design Unit is limited, if large numbers of potential tenderers wish to view the samples, PSNI may consider arranging an additional day or days. However, since levels of interest are not known at this stage, potential tenderers should note this only as a possibility, and aim to attend at the date and time indicated.) Please note that attendance is not a mandatory requirement; tenderers may still submit proposals without viewing the PSNI samples, and those who do attend are under no obligation to submit a proposal.
II.2.5) Award criteria
Quality criterion: Qualitative Criteria
/ Weighting: 30
Cost criterion: Quantitative Criteria
/ Weighting: 70
II.2.11) Information about options
Options:
Yes
Description of options:
The contract will be for an initial period of three years with one optional two-year extension period.
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-019504
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/10/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Withheld for security reasons
Withheld for security reasons
UK
E-mail: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 413 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.
VI.5) Date of dispatch of this notice
27/10/2023