Typesetting services (№2791374)


Link to original

To view links to the source need to register

Publication date


09-09-2017

Description


  1. Section I
    1. Name and addresses
      Council for the Curriculum, Examinations and Assessment CCEA
      29 Clarendon Rd
      Belfast
      BT1 3BG
      United Kingdom
      E-mail: [email protected]
    2. Type of the contracting authority:
      Body governed by public law
    3. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        DE — CCEA — Confidential Typesetting, Printing, Packing and Dispatch of Confidential Examination Question Papers and Associated Materials.


      2. Main CPV code:
        79822300, 79810000, 79811000, 79820000, 79823000, 79824000, 79810000, 79811000, 79820000, 79823000, 79824000
      3. Type of contract:
        Supplies
      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 24.10.2017-23.10.2019 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.


      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value excluding VAT: 2 600 000.00 GBP
    2. Description
      1. Title:

        Lot 1


      2. Additional CPV code(s):
        79810000, 79811000, 79820000, 79823000, 79824000
      3. Place of performance:
      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 24.10.2017-23.10.2019 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.


      5. Award criteria:
        Quality criterion - Name: Qualitative Criteria / Weighting: 50
        Price - Weighting: 50
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
      9. Title:

        Lot 2


      10. Additional CPV code(s):
        79810000, 79811000, 79820000, 79823000, 79824000
      11. Place of performance:
      12. 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 24.10.2017-23.10.2019 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.


      13. Award criteria:
        Quality criterion - Name: Qualitative Criteria / Weighting: 50
        Price - Weighting: 50
      14. Information about options:
        Options: no
      15. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      16. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: 1
      Lot No: 1
      Title:

      Lot 1


    2. Award of contract
      1. Date of conclusion of the contract: 2017-09-04
      2. Information about tenders:
        Number of tenders received: 5
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Hobbs the Printers Limited
        Brunel Road
        Southampton
        SO40 3WX
        United Kingdom
        Telephone: +44 2380664800
        E-mail: [email protected]
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 0.01 GBP
      5. Information about subcontracting:

        Contract No: 2
        Lot No: 2
        Title:

        Lot 2


      6. Award of contract
        1. Date of conclusion of the contract: 2017-09-06
        2. Information about tenders:
          Number of tenders received: 5
          The contract has been awarded to a group of economic operators: no
        3. Name and address of the contractor:
          W. J. Linney Limited
          Adamsway
          Mansfield
          NG18 4FW
          United Kingdom
          Telephone: +44 01623450450
          E-mail: [email protected]
          The contractor is an SME: no
        4. Information on value of the contract/lot (excluding VAT):

          Total value of the contract/lot: 0.01 GBP
        5. Information about subcontracting:

    3. Section VI
      1. 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 12 months from the date of issue of the certificate. The Authority expressly reserves the rights: (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.


      2. Procedures for review
        1. Review body
          The UK does not have any such bodies with responsibility for appeal/mediation procedures.
          N/A
          United Kingdom
        2. Body responsible for mediation procedures

        3. Service from which information about the review procedure may be obtained

          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.



      3. Date of dispatch of this notice
        2017-09-07