Section one: Contracting authority
one.1) Name and addresses
South West College
2 Mountjoy Road
Omagh
BT79 7AH
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
ID 3793832 DfE SWC - Delivery of Advertising, Public Relations and Related Services for South West College (FASTER Project)
Reference number
ID 3793832
two.1.2) Main CPV code
- 79341000 - Advertising services
two.1.3) Type of contract
Services
two.1.4) Short description
South West College (SWC) (the Client) wishes to appoint a Contractor to provide advertising, public relations and related services to promote the FASTER Project of which the college is one of seven project partners. Tenderers should refer to the specification document for further information.
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: £260,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79340000 - Advertising and marketing services
- 79341400 - Advertising campaign services
- 79341200 - Advertising management services
- 79951000 - Seminar organisation services
- 79950000 - Exhibition, fair and congress organisation services
- 79952000 - Event services
- 79956000 - Fair and exhibition organisation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
South West College (SWC) (the Client) wishes to appoint a Contractor to provide advertising, public relations and related services to promote the FASTER Project of which the college is one of seven project partners. Tenderers should refer to the specification document for further information.
two.2.5) Award criteria
Quality criterion - Name: AC1 Strategic Solution / Weighting: 20.3
Quality criterion - Name: AC2 Media Strategy, Rationale and Media Plan / Weighting: 25.2
Quality criterion - Name: AC3 Key Personnel Experience / Weighting: 9.8
Quality criterion - Name: AC4 Business Continuity / Weighting: 9.8
Quality criterion - Name: AC5 Proposed Methodology for Event Support Services / Weighting: 4.9
Cost criterion - Name: AC6 Total Media Plan Cost / Weighting: 15
Cost criterion - Name: AC7 Average Hourly Rate / Weighting: 10
Cost criterion - Name: AC8 Event Support Services / Weighting: 5
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: Yes
Identification of the project
The European Union's INTERREG VA Programme
two.2.14) Additional information
The figure in II.1.7 is a maximum estimated contract value. No guarantee is given as to the value of work to be placed throughout the lifetime of this contract.
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: 2022/S 015-036901
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
25 April 2022
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
krow Group Ltd
2nd Floor, Hildon House, 30-34 Hill Street
Belfast
BT1 2LA
Telephone
+44 2890664444
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: £260,000
Total value of the contract/lot: £260,000
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 twelve 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..
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. 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.