Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs
45 Tirgracy Road
Antrim
BT41 4PS
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 2899192 DAERA — CAFRE – Provision of Graphic Design, Artwork and Print Management Services
Reference number: ID 2899192
II.1.2) Main CPV code
79800000
II.1.3) Type of contract
Services
II.1.4) Short description
CAFRE wishes to establish a contract for the provision of graphic design, artwork and print management services to develop the corporate brand in its application to the wide range of communication methods used by CAFRE. Its aim is to add value to CAFRE’s current design, print and digital activities, with a particular focus on developing innovative marketing tactics targeted at CAFRE’s youth and adult markets.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 500 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79821100
79823000
79822500
79822400
79820000
79810000
79824000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
CAFRE wishes to establish a contract for the provision of graphic design, artwork and print management services to develop the corporate brand in its application to the wide range of communication methods used by CAFRE. Its aim is to add value to CAFRE’s current design, print and digital activities, with a particular focus on developing innovative marketing tactics targeted at CAFRE’s youth and adult markets.
II.2.5) Award criteria
Quality criterion: AC1 Proposed team experience
/ Weighting: 18
Quality criterion: AC2 Proposed methodology
/ Weighting: 18
Quality criterion: AC3 Key account manager experience
/ Weighting: 12
Quality criterion: AC4 Contract management
/ Weighting: 12
Cost criterion: AC5 Total contract price
/ Weighting: 40
II.2.11) Information about options
Options:
Yes
Description of options:
This contract will commence on 3 December 2020 for 3 years with the option to extend for two further periods of 12 months.
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:
2020/S 168-408203
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
03/12/2020
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 11
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: 12
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
The Pierce Partnership Ltd
17 Dargan Crescent
Belfast
BT3 9RP
UK
Telephone: +44 2890371010
E-mail: rpierce@pierce-group.com
Fax: +44 2890372500
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
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:
: 1 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). 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 Notice of Unsatisfactory Performance and this Contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of 3 years from the. date of issue of the notice. It may also 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.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations.
Belfast
UK
VI.5) Date of dispatch of this notice
08/12/2020