Section one: Contracting authority
one.1) Name and addresses
Department of Justice
: Block B, Castle Buildings, Stormont Estate
BELFAST
BT4 3SG
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
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.