Contract award notice

Information

Published

Date of dispatch of this notice: 25/06/2020

External Reference: 2020-285134

TED Reference: 2020/S 123-302122

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Treasury Management Agency (NTMA)
Treasury Dock, North Wall Quay
D01 A9T8
Dublin
IE
Contact person: Procurement Unit
Telephone: +353 12384000
Internet address(es):
Main address: http://www.ntma.ie

I.4)

Type of the contracting authority

European institution/agency or international organisation
I.5)

Main activity

Other activity:  Funding and Debt Management

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Contract Award - Appointment to a Framework for the Design, Production and Delivery of (i) Marketing Communications Materials and (ii) Digital Communications Materials to the NTMA
Reference number:  2019PR004
II.1.2)

Main CPV code

79820000  -  Services related to printing
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Treasury Management Agency (NTMA) sought tenders for appointment to a multi-party framework comprising:
Panel 1 – Design, Production, Print and Delivery of Marketing Communications Materials
Panel 2 – Design, Production and Delivery of Digital Communications Materials
Please see the RFT attached to this notice for further information.
Please note that the RFT and associated documentation for each panel is available for download from the folder: Panel 1 - Marketing Communications Materials.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  500000.00  EUR
II.2)

Description

II.2.1)

Title

Panel 1 - Marketing Communications Materials
Lot No:  1
II.2.2)

Additional CPV code(s)

22000000  -  Printed matter and related products
22100000  -  Printed books, brochures and leaflets
22458000  -  Bespoke printed matter
22900000  -  Miscellaneous printed matter
79415200  -  Design consultancy services
79800000  -  Printing and related services
79810000  -  Printing services
79822500  -  Graphic design services
79823000  -  Printing and delivery services
79930000  -  Specialty design services
79933000  -  Design support services
92100000  -  Motion picture and video services
92111000  -  Motion picture and video production services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Please see request for tenders attached to this notice for further information.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Process and Execution Methodology  /  Weighting:  45
Quality criterion  -  Name:  Proposed Team  /  Weighting:  20
Cost criterion  -  Name:  Evaluation Costs  /  Weighting:  35
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please see request for tenders attached to this notice for information on this tender
II.2)

Description

II.2.1)

Title

Panel 2 - Digital Communications Materials
Lot No:  2
II.2.2)

Additional CPV code(s)

22000000  -  Printed matter and related products
22100000  -  Printed books, brochures and leaflets
22458000  -  Bespoke printed matter
22900000  -  Miscellaneous printed matter
79415200  -  Design consultancy services
79800000  -  Printing and related services
79810000  -  Printing services
79822500  -  Graphic design services
79823000  -  Printing and delivery services
79930000  -  Specialty design services
79933000  -  Design support services
92100000  -  Motion picture and video services
92111000  -  Motion picture and video production services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Please see request for tenders attached to this notice for information on this tender
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Process and Execution Methodology  /  Weighting:  45
Quality criterion  -  Name:  Proposed Team  /  Weighting:  20
Cost criterion  -  Name:  Evaluation Costs  /  Weighting:  35
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please see request for tenders attached to this notice for information on this tender

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 071-168045

Section V: Award of contract

Contract No: 1

Title: Panel 1 - Marketing Communications Materials

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

20/09/2019
V.2.2)

Information about tenders

Number of tenders received:  9
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Circle Creative Communications Consortium (comprising Circle Creative Communications, GPS Colour Graphics Limited and GPS Colour Graphics (Ireland) Limited) Circle Creative Communications
The Dams Studio, 132 Woodburn Road
Carrickfergus
BT38 9AB
UK

The contractor is an SME : yes
Circle Creative Communications Consortium (comprising Circle Creative Communications, GPS Colour Graphics Limited and GPS Colour Graphics (Ireland) Limited) GPS Colour Graphics Limited
4 Marshalls Road
Belfast
BT5 6SR
UK

The contractor is an SME : yes
Circle Creative Communications Consortium (comprising Circle Creative Communications, GPS Colour Graphics Limited and GPS Colour Graphics (Ireland) Limited) Colour Graphics (Ireland) Limited
4 Marshalls Road
Belfast
BT5 6SR
UK

The contractor is an SME : yes
Clever Cat Design Limited
10 Stepaside Park
Stepaside
IE

The contractor is an SME : yes
Fabrik Creative Media Limited
13 Herbert Street
Dublin 2
IE

The contractor is an SME : yes
Goosebump Limited
30-31 Francis Street
Dublin 8
IE

The contractor is an SME : yes
Idea Limited
5 Clarendon Mews, Lad Lane
Dublin 2
IE

The contractor is an SME : yes
Limelake Graphic Limited trading as New Graphic
32 Vicar Street
Dublin 8
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  300000.00  EUR

Section V: Award of contract

Contract No: 2

Title: Panel 2 - Digital Communications Materials

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

20/09/2019
V.2.2)

Information about tenders

Number of tenders received:  6
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Creed Communications Limited
22 Temple Lane South, Temple Bar
Dublin 2
IE

The contractor is an SME : yes
Fabrik Creative Media Limited
13 Herbert Street
Dublin 2
IE

The contractor is an SME : yes
Goosebump Limited
30-31 Francis Street
Dublin 8
IE

The contractor is an SME : yes
Mashup Media Limited
The Nest, 19-20 York Road
Dún Laoghaire, Co. Dublin
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  200000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Amounts payable under this framework will be linked to the volume of activity required by the NTMA in respect of the design, production and delivery of (i) marketing communications materials and (ii) digital communications materials. Therefore the framework values stated in this notice (notwithstanding Section II.1.7 and V.2.4 for each lot above) are approximate only, based on a maximum framework duration of 4 years and should not be taken as a definitive indication of the volume of activity that may be required by the NTMA. The actual expenditure incurred by the NTMA, over the duration of the framework, may differ from the values stated herein.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin 7
IE