Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
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:
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.4.2)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