Tender

ID 3506637 DOF - GAU - CLASSIFIED ADVERTISING FRAMEWORK AGREEMENT FOR THE NORTHERN IRELAND PUBLIC SECTOR

  • Department of Finance

F02: Contract notice

Notice identifier: 2021/S 000-019626

Procurement identifier (OCID): ocds-h6vhtk-02d419

Published 12 August 2021, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Department of Finance

303 Airport Road West

BELFAST

BT3 9ED

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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 3506637 DOF - GAU - CLASSIFIED ADVERTISING FRAMEWORK AGREEMENT FOR THE NORTHERN IRELAND PUBLIC SECTOR

Reference number

ID 3506637

two.1.2) Main CPV code

  • 79340000 - Advertising and marketing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Northern Ireland Civil Service’s Executive Information Service’s Government Advertising Unit (GAU) wishes to establish an Advertising Framework Agreement for Classified Advertising which will provide classified advertising on behalf of the Northern Ireland Public Sector Please refer to the Specification for further details on the services required and list of users.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79341000 - Advertising services
  • 79341200 - Advertising management services
  • 79341400 - Advertising campaign services
  • 79341100 - Advertising consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Northern Ireland Civil Service’s Executive Information Service’s Government Advertising Unit (GAU) wishes to establish an Advertising Framework Agreement for Classified Advertising which will provide classified advertising on behalf of the Northern Ireland Public Sector Please refer to the Specification for further details on the services required and list of users.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

two.2.14) Additional information

The figure in II.1.6 is the total estimated Framework value. This is a demand driven Framework, no guarantee of usage is given. The list of participating bodies are:. Participating bodies. Access to Justice. Agri-Food & Biosciences Institute . Arts Council of Northern Ireland. Charity Commission for NI. College of Agriculture Food & Rural Enterprise (CAFRE). Commissioner for Older People for Northern Ireland. Consumer Council. Council for the Curriculum, Examinations & Assessment (CCEA). Courts Service . Department for Communities. Department for Infrastructure. Department for the Economy. Department of Agriculture, Environment and Rural Affairs. Department of Education. Department of Finance. Department of Health. Department of Justice. Driver & Vehicle Agency (DVA). Education Authority. Electoral Office for Northern Ireland. Food Standards Agency. Forensic Science Northern Ireland. Forest Service Northern Ireland. Independent Assessor of PSNI Recruitment Vetting . Independent Monitoring Board. Labour Relations Agency. Land and Property Services. Libraries NI. Local Government Staff Commission. Loughs Agency. Northern Ireland Assembly. Northern Ireland Council for Integrated Education. Northern Ireland Courts and Tribunals Service. Northern Ireland Environment Agency. Northern Ireland Housing Executive. Northern Ireland Local Government Officers’ Superannuation Committee (NILGOSC). Northern Ireland Police Fund. Northern Ireland Policing Board. Northern Ireland Public Services Ombudsman . Northern Ireland Screen. Office of the Local Government Boundaries Commissioner. Parole Commissioners NI. Planning Appeals Commission. Police Ombudsman for Northern Ireland. Police Rehabilitation & Retraining Trust. Prisoner Ombudsman. Probation Board for Northern Ireland. Public Prosecution Service. Queens University Belfast. Rivers Agency. Royal Ulster Constabulary George Cross Foundation (RUC GC Foundation). Sport Northern Ireland. Special EU Programmes Body. The Executive Office. The General Teaching Council for Northern Ireland (GTCNI). The Youth Justice Agency . Tourism NI. Transport Northern Ireland. University of Ulster. Ulster-Scots Agency. Victims & Survivors Service. Waterways Ireland.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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.2.2) Time limit for receipt of tenders or requests to participate

Date

13 September 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 12 December 2021

four.2.7) Conditions for opening of tenders

Date

13 September 2021

Local time

3:30pm

Information about authorised persons and opening procedure

Only CPD Procurement Staff with access to the project on eTendersNI.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: If required following the expiry of this Framework

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.” . . . "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... . The Framework Agreement is being let by the Department of Finance on behalf of any public sector organisations requiring services in Northern Ireland including:- Government Departments; Agencies; Non-departmental Public Bodies; or other Contracting Authority (including subsidised bodies or other grant recipients). A list of potential organisations is included in the tender documents. This framework Agreement will be used to progress the Government’s wider social, economic and environmental objectives)) Please note CPD have contacted all bodies listed who are content to be listed as beneficiaries and complied the list above with best endeavours to include all users who have indicated they anticipate spending through this framework during its lifetime. In the event any user is not listed but may want to utilise this framework CPD reserve the right to modify this contract in accordance with Public Contracts Regulations 2015 (as amended) Regulation 72 if the term and budget allows.

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 will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.