Contract notice

Information

Published

Date of dispatch of this notice: 09/09/2021

Expire date: 11/10/2021

External Reference: 2021-292339

TED Reference: 2021/S 178-464044

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Museum of Ireland
N/A
Collins Barracks, Benburb Street, Stoneybatter
Dublin 7
D07 XKV4
IE
Telephone: +353 014020114
NUTS code:  IE0 -  IRELAND
Internet address(es):
Main address: www.museum.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=197307&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

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi-party Framework Agreement for the Provision of Graphic Design and Print Services in two lots
II.1.2)

Main CPV code

79822500  -  Graphic design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority proposes to engage in a competitive process for the establishment of framework agreement(s) for the provision of Graphic Design and Print Services in two (2) Lots comprising of the following.
Lot 1 - General Design and Print Requirements
Lot 2 - Exhibition Graphic Design and Print Requirements
Scope of Services Required:
- Design consultancy for digital and printed materials
- Print management
- Web design
- Logo Design
- Integrated campaign development
II.1.5)

Estimated total value

Value excluding VAT: 2400000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

General Design and Print Requirements
Lot No:  1
II.2.2)

Additional CPV code(s)

22000000  -  Printed matter and related products
22458000  -  Bespoke printed matter
22900000  -  Miscellaneous printed matter
72413000  -  World wide web (www) site design services
79341400  -  Advertising campaign services
79415200  -  Design consultancy services
79800000  -  Printing and related services
79811000  -  Digital printing services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

The successful tenderer will be required to bring a brief from concept development through to final design, including management of printing. It is anticipated that the successful tenderer will have a strong creative team and will actively provide design solutions in both print and electronic formats as appropriate and address any particular accessibility needs of the intended audience(s).
NMI will require the successful tenderer to provide design services for multiple media purposes including, but not limited to the following and including finished artwork services. Tenderers should note that the indicative requirements set out in this section are not an exclusive or complete list.
- Event Poster, Programme Cover, Teacher’s Pack, Education worksheets, presentation slide and publications.
- Marketing pack Invitations/Evites, Flyers A5 & DL flyers, Posters, Print adverts, Pull up banners, Event Feedback Forms/Comment Templates.
- Floor plans
- Infographics
- Museum Reports
- Signage (including Reception/visitor information signage and Wayfinding), web banner,
- Interactive design, digital learning resources, digital event backdrops for online events and social media adverts.
- For some projects, the framework members will also manage the associated print requirements. In these instances, the following will apply:
(i) The design agency will be required to comply with public procurement guidelines in all instances and seek quotations from the NMI print panel which is being run in conjunction with this competition.
(ii) The design agency will be required to ensure value for money in the procurement of print services for NMI.
- Quality control of all print jobs, including colour quality, binding, paper quality finishing.
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: 1600000.00  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:  
The framework agreement will be established for an initial period of two (2) years with the option to extend for two (2) further periods of one (1) year.
For the avoidance of doubt, the Contracting Authority confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement.
II.2.9)

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

Envisaged number of candidates: 7
II.2.10)

Information about variants

Variants will be accepted: no
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 consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 198245.
II.2)

Description

II.2.1)

Title

Exhibition Graphic Design and Print Requirements
Lot No:  2
II.2.2)

Additional CPV code(s)

22000000  -  Printed matter and related products
22458000  -  Bespoke printed matter
22900000  -  Miscellaneous printed matter
72413000  -  World wide web (www) site design services
79341400  -  Advertising campaign services
79415200  -  Design consultancy services
79800000  -  Printing and related services
79811000  -  Digital printing services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

The successful tenderer must adhere to the access and branding guidelines of the NMI and address any particular accessibility needs of the intended audience(s).
NMI will require the successful tenderer to provide design services for multiple media purposes including, but not limited to the following and including finished artwork services.
- Exhibition design
- Exhibition catalogue
- For some projects, the framework members will also manage the associated print requirements. In these instances, the following will apply:
(i) The design agency will be required to comply with public procurement guidelines and in all instances seek quotations from the NMI print panel which is being run in conjunction with this competition.
(ii) The design agency will be required to ensure value for money in the procurement of print services for NMI.
- Quality control of all print jobs, including colour quality, binding, paper quality.
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: 800000.00  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:  
The framework agreement will be established for an initial period of two (2) years with the option to extend for two (2) further periods of one (1) year.
For the avoidance of doubt, the Contracting Authority confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement.
II.2.9)

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

Envisaged number of candidates: 7
II.2.10)

Information about variants

Variants will be accepted: no
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 consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 198245.

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 stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 198245.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 198245.
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:  7
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:  11/10/2021
Local time:  12:00
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 : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:198245) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
12) At Section II.2.9 we have indicated that 7 will be invited to tender, please note that the contracting authority reserves the right to invite at least 7 subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor
Dublin
IE