Awarded contract

DoF - International Fund for Ireland - Public Relations Services and Website Services

  • Department of Finance - International Fund for Ireland

F03: Contract award notice

Notice reference: 2024/S 000-007201

Published 6 March 2024, 2:16pm



Section one: Contracting authority

one.1) Name and addresses

Department of Finance - International Fund for Ireland

Seatem House, 28-32 Alfred Street

BELFAST

BT2 8EN

Contact

ssdadmin.cpdfinance-ni.gov.uk

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DoF - International Fund for Ireland - Public Relations Services and Website Services

two.1.2) Main CPV code

  • 79416000 - Public relations services

two.1.3) Type of contract

Services

two.1.4) Short description

The International Fund for Ireland requires a Supplier to provide a comprehensive public relations service to its Board of the Fund. The Fund’s latest Annual Report can be accessed on the Fund’s website www.internationalfundforireland.com. The service to be provided must cover strategic communication as well as operational communication. In addition, the Supplier will be required to host, maintain and support the Fund’s website which also has a secure members area. It should be borne in mind that, while the Fund is a single, integrated, international organisation which focuses most of its activity on the twelve northern counties of the island of Ireland, it has an office in Belfast which covers activities in Northern Ireland and an office in Dublin which covers activities in the six Southern border counties. The Supplier will be required to provide services to the Fund in both jurisdictions and this contract is, therefore, in respect of the Fund’s PR requirements North and South. The Supplier must deliver the following throughout the lifetime of the contract: Website Hosting, Content Management, Support and Maintenance contract and any website redesign.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £656,667.99

two.2) Description

two.2.2) Additional CPV code(s)

  • 79416100 - Public relations management services
  • 79416200 - Public relations consultancy services
  • 79430000 - Crisis management services
  • 72413000 - World wide web (www) site design services
  • 72415000 - World wide web (www) site operation host services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
  • IE0 - Ireland

two.2.4) Description of the procurement

The International Fund for Ireland requires a Supplier to provide a comprehensive public relations service to its Board of the Fund. The Fund’s latest Annual Report can be accessed on the Fund’s website www.internationalfundforireland.com. The service to be provided must cover strategic communication as well as operational communication. In addition, the Supplier will be required to host, maintain and support the Fund’s website which also has a secure members area. It should be borne in mind that, while the Fund is a single, integrated, international organisation which focuses most of its activity on the twelve northern counties of the island of Ireland, it has an office in Belfast which covers activities in Northern Ireland and an office in Dublin which covers activities in the six Southern border counties. The Supplier will be required to provide services to the Fund in both jurisdictions and this contract is, therefore, in respect of the Fund’s PR requirements North and South. The Supplier must deliver the following throughout the lifetime of the contract: Website Hosting, Content Management, Support and Maintenance contract and any website redesign.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 75

Cost criterion - Name: Quantitative Criteria / Weighting: 25

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-034822

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 March 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

OPEN STRATEGIC COMMUNICATIONS LIMITED

Innovation Factory 385 Springfield Road Forthriver Business Park

BELFAST

BT12 7DG

Email

contact@oscni.com

Telephone

+44 7590227961

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £900,000

Total value of the contract/lot: £656,667.99


Section six. Complementary information

six.3) Additional information

The figure indicated in Section V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract, however, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. 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 Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice 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 twelve months from the date of issue of the Notice.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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.

United Kingdom

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority complied with the requirements of the Public Contracts Regulations 2015 (as amended) and incorporated a minimum 10 calendar day standstill period at the point information on the award of the contract was communicated to all Economic Operators. 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.