loading
  • IE Cork
  • 20.06.2017
  • Ausschreibung
  • (ID 2-265625)

Ervia Design Tender


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.06.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 8 - max. 8
    Gebäudetyp Technische Infrastruktur
    Art der Leistung allgemeine Beratungsleistungen / Projektsteuerung / Dokumentation / Design
    Sprachen Englisch, Irisch
    Aufgabe
    The contracting authority is undertaking a competitive tendering process,the objective is to establish a framework for the provision of Design Services for Ervia&all subsidiaries.It is intended that the scope of services for any given drawdown under the framework agreement will be the provision of design services. The initial scope of design services is expected to include: Design services including strong creative development,technical knowledge&innovation across the spectrum of communication channels;Design&production of the full range of brand collateral including,leaflets,brochures,calendars,reports,manuals,direct mail pieces,exhibition stands,merchandise,presentations&digital items;Manage/develop brand&visual elements as required;Interact with agencies to achieve integrated communication material&marketing support for promotional campaigns;Provide excellent project management skills;The successful tenderers will be expected to make themselves available for ongoing meetings.
    Leistungsumfang
    The contracting authority is undertaking a competitive tendering process, the objective of which is to establish a multi-supplier framework agreement for the provision of Design Services for Ervia and all its subsidiaries
    The framework agreement will be established for a term of four (4) years with the option to extend for a further period of up to one (1) year at the sole discretion of Ervia.It is envisaged that the framework agreement for the Services will be entered into with up to five (5) Suppliers.
    It is intended that the scope of services for any given drawdown under the framework agreement will be the provision of design services. The initial scope of design services is expected to include but shall not be limited to:
    — Design services including strong creative development, technical knowledge and innovation across the full spectrum of communication channels;
    — Design and production of the full range of brand collateral including but not limited to leaflets, brochures, calendars, reports, manuals, direct mail pieces, exhibition stands, merchandise, presentations and digital items;
    — Manage and/or develop brand and visual identity elements as required;
    — Interact with advertising or other agencies to achieve integrated communication material and marketing support for promotional campaigns;
    — Provide excellent project management skills — from briefing through to execution — for all projects in a timely and efficient manner;
    The successful tenderers will be expected to make themselves available for ongoing regular, timely, flexible and cost effective meetings with the Contracting Entity, as dictated by the Supplier Management Programme. Such meetings may not just focus on account management and review, but also focus on ongoing project updates, presentations, quality control etc.
    Adresse des Bauherren IE-Cork
    TED Dokumenten-Nr. 189979-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Cork: Graphic design services

      2017/S 096-189979

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Ervia
      N/A
      P.O.Box 900, Webworks, Eglinton Street
      Cork
      Ireland
      Contact person: Eimear Palmer
      Telephone: +353 214239462
      E-mail: 
      MTlrXGVbXGlqN1xpbWBYJWBc
      NUTS code: IE

      Internet address(es):

      Main address: http://www.ervia.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/376

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.etenders.ie
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Production, transport and distribution of gas and heat

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Ervia Design Tender.

       

      Reference number: 17/050
      II.1.2)Main CPV code
      79822500
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The contracting authority is undertaking a competitive tendering process,the objective is to establish a framework for the provision of Design Services for Ervia&all subsidiaries.It is intended that the scope of services for any given drawdown under the framework agreement will be the provision of design services. The initial scope of design services is expected to include: Design services including strong creative development,technical knowledge&innovation across the spectrum of communication channels;Design&production of the full range of brand collateral including,leaflets,brochures,calendars,reports,manuals,direct mail pieces,exhibition stands,merchandise,presentations&digital items;Manage/develop brand&visual elements as required;Interact with agencies to achieve integrated communication material&marketing support for promotional campaigns;Provide excellent project management skills;The successful tenderers will be expected to make themselves available for ongoing meetings.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      22140000
      22150000
      22160000
      22314000
      79415200
      79933000
      II.2.3)Place of performance
      NUTS code: IE
      II.2.4)Description of the procurement:

       

      The contracting authority is undertaking a competitive tendering process, the objective of which is to establish a multi-supplier framework agreement for the provision of Design Services for Ervia and all its subsidiaries

      The framework agreement will be established for a term of four (4) years with the option to extend for a further period of up to one (1) year at the sole discretion of Ervia.It is envisaged that the framework agreement for the Services will be entered into with up to five (5) Suppliers.

      It is intended that the scope of services for any given drawdown under the framework agreement will be the provision of design services. The initial scope of design services is expected to include but shall not be limited to:

      — Design services including strong creative development, technical knowledge and innovation across the full spectrum of communication channels;

      — Design and production of the full range of brand collateral including but not limited to leaflets, brochures, calendars, reports, manuals, direct mail pieces, exhibition stands, merchandise, presentations and digital items;

      — Manage and/or develop brand and visual identity elements as required;

      — Interact with advertising or other agencies to achieve integrated communication material and marketing support for promotional campaigns;

      — Provide excellent project management skills — from briefing through to execution — for all projects in a timely and efficient manner;

      The successful tenderers will be expected to make themselves available for ongoing regular, timely, flexible and cost effective meetings with the Contracting Entity, as dictated by the Supplier Management Programme. Such meetings may not just focus on account management and review, but also focus on ongoing project updates, presentations, quality control etc.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 8
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Option to extend of 12 months.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      Documents are available to all candidates who register their interest through e-tenders. All queries for clarification must be submitted via email to MjE3Y1RdU1RhYi9UYWVYUB1YVA== The questionnaire must be completed and returned to the address detailed in the attached document not later than 12:00Tuesday 20.6.2017.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      Refer to tender documents.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.4)Objective rules and criteria for participation
      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:
      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

       

      Requests to participate may be submitted by single entities or by groups of service providers. A group will not be required to convert into a specific legal form in order to submit a request to participate, but may if the Contracting Entity considers it necessary to ensure that the contract is carried out to its satisfaction, be required to do so prior to award of the contract. The Contracting Entity also reserves the right to contract with each member of the group on the basis of joint and several liability, or with 1 member of the group as a main contractor with a number of sub-contractors or on any other basis as the Contracting Entity considers appropriate.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Negotiated procedure with prior call for competition
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 5
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 20/06/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 21/08/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English, Irish
      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
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      Documents are available to all candidates who register their interest through e-tenders. All queries for clarification must be submitted via email to MTRwYWpgYW5vPGFucmVdKmVh The questionnaire must be completed and returned to the address detailed in the attached document not later than 12:00 Tuesday 20.6.2017.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court
      High Court Central Office, Four Courts, Inns Quay
      Dublin
      Ireland
      Telephone: +35 318886000
      E-mail: 
      MjEwXl9dXllla2hqWVtkamhXYmVcXF9ZWzZZZWtoamkkX1s=

      Internet address:http://www.courts.ie

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Please refer to Statutory Instrument 131 of 2010, European Communities (Award of Contracts by Utility Undertaking) (Review Procedures) Regulations 2010 (and in particular Regulation 7 and 10(2)).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      16/05/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 19.05.2017
Zuletzt aktualisiert 19.05.2017
Wettbewerbs-ID 2-265625 Status Kostenpflichtig
Seitenaufrufe 60