Contract

ID 3918199 PROVISION OF ADVERTISING AND RELATED SERVICES FOR THE TACKLING PARAMILITARISM, CRIMINALITY AND ORGANISED CRIME PROGRAMME’S ENDING THE HARM CAMPAIGN

  • Department of Justice

F03: Contract award notice

Notice identifier: 2022/S 000-015324

Procurement identifier (OCID): ocds-h6vhtk-031fa3

Published 1 June 2022, 11:49am



Section one: Contracting authority

one.1) Name and addresses

Department of Justice

: Block B, Castle Buildings, Stormont Estate

BELFAST

BT4 3SG

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.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 3918199 PROVISION OF ADVERTISING AND RELATED SERVICES FOR THE TACKLING PARAMILITARISM, CRIMINALITY AND ORGANISED CRIME PROGRAMME’S ENDING THE HARM CAMPAIGN

Reference number

ID 3918199

two.1.2) Main CPV code

  • 79340000 - Advertising and marketing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Tackling Paramilitarism, Criminality and Organised Crime Programme is a cross NI Executive programme. The Client wishes to appoint a Contractor to deliver advertising and related services for campaign advertising.

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: £768,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79341000 - Advertising services
  • 79341200 - Advertising management services
  • 79341400 - Advertising campaign services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Tackling Paramilitarism, Criminality and Organised Crime Programme is a cross NI Executive programme. The Client wishes to appoint a Contractor to deliver advertising and related services for campaign advertising.

two.2.5) Award criteria

Quality criterion - Name: AC1 Media Strategy, Rationale and Media Plan / Weighting: 17.5

Quality criterion - Name: AC2 Proposals for Research and Evaluation / Weighting: 7

Quality criterion - Name: AC3 Strategic Solution / Weighting: 17.5

Quality criterion - Name: AC4 Creative Proposal / Weighting: 17.5

Quality criterion - Name: AC5 Key Personnel Experience / Weighting: 7

Quality criterion - Name: AC6 Business Continuity / Weighting: 3.5

Cost criterion - Name: AC7 Average Hourly Rate / Weighting: 10

Cost criterion - Name: AC8 Total Media Plan Cost / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

This contract is anticipated to commence in April 2022 for an initial period of one year with two options to extendfor a further one-year period each, dependent on available budget and internal approvals

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The figure in II.1.7 is an estimated contract value. All budgets are subject to Ministerial approval and noguarantee can be given as to the level and value of work to be placed throughout the lifetime of this contract. All aspects are subject tothe continuing availability of funds and the continuing assessment of advertising need.


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 000-006410


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

31 May 2022

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

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

five.2.3) Name and address of the contractor

Withheld for security Reasons

Withheld for security Reasons

Email

SSDAdmin.CPD@finance-ni.gov.uk

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: £768,000

Total value of the contract/lot: £768,000


Section six. Complementary information

six.3) Additional information

Contract Monitoring. 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

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.