Contract notice

Information

Published

Date of dispatch of this notice: 21/07/2020

Expire date: 21/08/2020

External Reference: 2020-210825

TED Reference: 2020/S 142-349627

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

University College Cork ( UCC )
N/A
6 Elderwood
Cork
College Rd
IE
Contact person: Mark Stephenson
Internet address(es):
Main address: http://www.ucc.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=170924&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Establishment of a Framework Agreement for Design Services
Reference number:  UCC/2020/22
II.1.2)

Main CPV code

79822500  -  Graphic design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This public procurement competition will be divided into three lots (each a “Lot”) as described below. Each lot will result in a separate framework agreement.
• Lot 1: Brand and Visual Identity Design Services
• Lot 2: Large Scale Operational Design Services (Projects with a value of €10,000 or more)
• Lot 3: Small Scale Operational Design Services (Projects up to €10,000 or more)
II.1.5)

Estimated total value

Value excluding VAT: 2160000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  3
II.2)

Description

II.2.1)

Title

Brand and Visual Identity Design Services
Lot No:  1
II.2.2)

Additional CPV code(s)

79415200  -  Design consultancy services
II.2.3)

Place of performance

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

Description of the procurement

Brand and Visual Identity Design Services (Single Supplier Framework Agreement)
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
Options to extend for a 3rd and 4th year
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3  /  Maximum number: 10
Objective criteria for choosing the limited number of candidates:
As per the award criteria in the PQQ
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Options to extend for a 3rd and 4th year
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)

Description

II.2.1)

Title

Large Scale Operational Design Services
Lot No:  2
II.2.2)

Additional CPV code(s)

79415200  -  Design consultancy services
II.2.3)

Place of performance

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

Description of the procurement

Large Scale Operational Design Services (Projects with a value of €10,000 or more)
Multi-Supplier Framework Agreement.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
Options to extend for a 3rd and 4th year
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3  /  Maximum number: 10
Objective criteria for choosing the limited number of candidates:
As per the award criteria in the PQQ
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Options to extend for a 3rd and 4th year
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)

Description

II.2.1)

Title

Small Scale Operational Design Services
Lot No:  3
II.2.2)

Additional CPV code(s)

79415200  -  Design consultancy services
II.2.3)

Place of performance

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

Description of the procurement

Small Scale Operational Design Services (Projects up to €10,000 or more)
Multi-supplier Framework Agreement.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1280000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
Options to extend for a 3rd and 4th year
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3  /  Maximum number: 10
Objective criteria for choosing the limited number of candidates:
As per the award criteria in the PQQ
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Options to extend for a 3rd and 4th year
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As detailed in the PQQ document.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As detailed in the PQQ document.
Minimum level(s) of standards possibly required:  
As detailed in the PQQ document.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As detailed in the PQQ document.
Minimum level(s) of standards possibly required:  
As detailed in the PQQ document.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Refer to RFT document
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  11
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/08/2020
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 21/09/2020
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Irish High Court
Dublin
IE