Contract award notice

Information

Published

Date of dispatch of this notice: 08/03/2022

External Reference: 2022-298986

TED Reference: 2022/S 050-130373

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Culture, Recreation & Economic Services
Local Enterprise Office - Dublin Place Brand, Block 3 Floor 1, Civic Offices Wood Quay, Dublin 8
IE
NUTS code:  IE061 -  Dublin
Internet address(es):
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Place Branding Consultancy Services- Multi Party Framework Agreement
Reference number:  194313
II.1.2)

Main CPV code

79410000  -  Business and management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council proposes to engage in a competitive process for the establishment of a multi party framework agreement for Place Branding Consultancy Services.
The framework will be for two (2) years with the option to extend by a further period of two (2) years subject to a maximum of four (4) years, subject to annual review, satisfactory performance, business needs and budgetary constraints.
Please see the tender documents, available at www.etenders.gov.ie (ID 194313), for further details.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  500000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

79300000  -  Market and economic research; polling and statistics
79340000  -  Advertising and marketing services
79400000  -  Business and management consultancy and related services
79413000  -  Marketing management consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council proposes to engage in a competitive process for the establishment of a framework agreement for Place Branding Consultancy Services.
The framework will be for two (2) years with the option to extend by a further period of two (2) years subject to a maximum of four (4) years, subject to annual review, satisfactory performance, business needs and budgetary constraints.
Please see the tender documents, available at www.etenders.gov.ie (ID 194313), for further details.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Resourcing of the project (Initial contract) and proposed programme  /  Weighting:  25
Quality criterion  -  Name:  Understanding of Brief and Methodology  /  Weighting:  20
Quality criterion  -  Name:  Effective Management and Communication to Successful Delivery of the project  /  Weighting:  15
Quality criterion  -  Name:  Risks to Successful Delivery of the project  /  Weighting:  10
Cost criterion  -  Name:  Cost  /  Weighting:  30
II.2.11)

Information about options

Options: yes
Description of options:
2 Years with an option to extend annually up to a further 2 years
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 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
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: 2021/S 141-374248

Section V: Award of contract

Contract No: 2

Title: Place Branding Consultancy Services- Multi Party Framework Agreement

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

Award of contract

V.2.1)

Date of conclusion of the contract

16/12/2021
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Future Place Leadership
556981-5235
Valhallavagen 79
Stockholm
11346
SE
Telephone: +46 708673634
NUTS code:  SE -  SVERIGE

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  500000.00  EUR

Section V: Award of contract

Contract No: 3

Title: Place Branding Consultancy Services- Multi Party Framework Agreement

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

Award of contract

V.2.1)

Date of conclusion of the contract

16/12/2021
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

MCCP
377501
1 Strand Street Great
Dublin
Dublin D01T3C6
IE
Telephone: +353 16350030
E-mail: kay@mccp.ie
NUTS code:  IE -  IRELAND
Internet address: http://www.mccp.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:  500000.00  EUR

Section V: Award of contract

Contract No: 1

Title: Place Branding Consultancy Services- Multi Party Framework Agreement

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

Award of contract

V.2.1)

Date of conclusion of the contract

16/12/2021
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

OCO
GB 929 2592 90
6 Citylink Business Park
Belfast
Antrim
UK
Telephone: +44 2890241849
NUTS code:  UKN -  NORTHERN IRELAND
Internet address: http://www.ocoglobal.com

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  500000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Please note that this project is subject to funding.
Please note that due to the current COVID-19 pandemic, facilitation of all meetings, site visits, and clarification meetings, as well as assessments of sample products, etc. (as applicable) is severely impacted.
Where possible the Contracting Authority will put in place alternative arrangements such as on-line meetings, etc. Likewise, anticipated dates (closing date for receipt of clarifications or tender submissions) may change. Suppliers will be kept fully up to date at all stages through the eTenders messaging platform.
1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. 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.
4. Please note also that 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. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
5. The framework agreement is primarily for use by the Local Enterprise Office, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
6. Emailed/faxed/late tenders will not be accepted.
7. Tenders may be submitted in English or in the Irish language.
8. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
9. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
10. All queries regarding this qualification questionnaire must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 194313 must be in question format. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12 noon on 16th of August 2021 to enable issue of responses to all interested parties.
11. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor