Section one: Contracting authority
one.1) Name and addresses
Health and Safety Executive for Northern Ireland
83 Ladas Drive
BELFAST
BT6 9FR
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 3843965 DfE - HEALTH AND SAFETY EXECUTIVE FOR NORTHERN IRELAND ADVERTISING CAMPAIGNS
Reference number
ID 3843965
two.1.2) Main CPV code
- 79300000 - Market and economic research; polling and statistics
two.1.3) Type of contract
Services
two.1.4) Short description
The Health and Safety Executive for Northern Ireland (HSENI) wishes to appoint an advertising agency to deliver advertising and related services for their advertising campaigns.
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: £1,650,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79340000 - Advertising and marketing services
- 79341000 - Advertising services
- 79341100 - Advertising consultancy services
- 79341200 - Advertising management services
- 79341400 - Advertising campaign services
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Health and Safety Executive for Northern Ireland (HSENI) wishes to appoint an advertising agency to deliver advertising and related services for their advertising campaigns.
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
The contract is for a period of one year with the option to renew annually for a further three years. Contract extensions will only take place after an assessment which will include consideration of whether or not the service provider has performed in a satisfactory manner for the duration of the contract.
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 total contract value in ii.1.7 is a maximum figure for the entire period of contract. As thisis a demand driven contract, there is no guarantee of work or spend given.
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 000-007765
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
7 June 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
GENESIS ADVERTISING LTD
33 College Gardens
BELFAST
BT9 6BT
Telephone
+44 2890313344
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: £1,650,000
Total value of the contract/lot: £1,650,000
Section six. Complementary information
six.3) Additional information
Contract Monitoring. . Contract monitoring: 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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years..
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.