Contract notice

Information

Published

Date of dispatch of this notice: 30/11/2022

Expire date: 05/01/2023

External Reference: 2022-295297

TED Reference: 2022/S 234-674675

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
0000
Dun Sceine, Iveagh Court Harcourt Lane
Dublin 2
D02WT20
IE
Contact person: Carolyn Keegan
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE -  IRELAND
Internet address(es):
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=229842&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

National or federal agency/office
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Brand Ambassador and Event Management Services
II.1.2)

Main CPV code

79416000  -  Public relations services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority wishes to appoint a suitably qualified Service Provider for the provision of brand ambassador and event management services for a series of public transport launches and public consultations. The purpose of the activity shall be to provide members of the public with information about each launch/consultation and to answer their questions relating to the changes. This may include handing out leaflets and/or other relevant merchandise as well as talking to members of the public and providing information. The scope of the Services required by the Authority involves providing Brand ambassador and event management services to assist in informing the public about route launches, service changes and public consultations. Brand ambassadors will be responsible for representing the Authority, delivering a positive customer experience, distributing information leaflets and answering queries from members of the public. Further details are in the RFT document.
II.1.5)

Estimated total value

Value excluding VAT: 1248000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

79340000  -  Advertising and marketing services
79342000  -  Marketing services
79342100  -  Direct marketing services
79413000  -  Marketing management consultancy services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79952000  -  Event services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Authority wishes to appoint a suitably qualified Service Provider for the provision of brand ambassador and event management services for a series of public transport launches and public consultations. The purpose of the activity shall be to provide members of the public with information about each launch/consultation and to answer their questions relating to the changes. This may include handing out leaflets and/or other relevant merchandise as well as talking to members of the public and providing information.
The scope of the Services required by the Authority involves providing Brand ambassador and event management services to assist in informing the public about route launches, service changes and public consultations. Brand ambassadors will be responsible for representing the Authority, delivering a
positive customer experience, distributing information leaflets and answering queries from members of the public. The successful Tenderer will need to provide these services during weekdays and weekends, including early mornings, throughout the day and late evenings. For the purposes of this Tender there
are two distinctive types of Brand ambassador activity.
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: 1248000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
If the Services are deemed to be satisfactory, the Contract may be renewed for a period or periods of up to a maximum of one (1) year after the end of the third year. The extension of the Contract shall be at the full discretion of the Authority and will be dependent on service requirements, performance and continued funding availability.
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

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 per the Request for Tender Documentation
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 per the Request for Tender Documentation

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  05/01/2023
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

Tender must be valid until:  05/07/2023
IV.2.7)

Conditions for opening of tenders

Date:  05/01/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The contracting authority may terminate this competition (or any part thereof), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
D7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: https://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
As set out in S.I. No. 130/2010 European Communities (Award of Public Sector Contracts)(Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).