Contract notice

Information

Published

Date of dispatch of this notice: 17/09/2020

Expire date: 27/10/2020

External Reference: 2020-282630

TED Reference: 2020/S 184-444521

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
[Contactpoint]: Ellen O'Connor
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=174256&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeNatagency]
I.5)

[Mainactivity]

[OtherActivity]:  Transport

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of Network Development Graphic Design and Other Services
II.1.2)

[CpvMain]

79822500  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

NTA requires a Graphic Designer to work on a variety of transport network development related projects on a full time basis. The Graphic Designer shall be available to NTA 5 days per week. The days will mostly be performed during regular office hours. Tenderers may share the provision of a Graphic Designer between up to 3 individual designers by prior agreement with NTA, with one of them being assigned as the lead nominated resource and primary point of contact.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

79415200  - 
II.2.4)

[DescrProcurement]

NTA requires a Graphic Designer to work on a variety of transport network development related projects on a full time basis. The Graphic Designer shall be available to NTA 5 days per week. The days will mostly be performed during regular office hours. Tenderers may share the provision of a Graphic Designer between up to 3 individual designers by prior agreement with NTA, with one of them being assigned as the lead nominated resource and primary point of contact.
The successful Tenderer’s main duties shall include:
•Designing print material including, but not limited to brochures, leaflets, infographics, advertisements, maps and posters in line with brand guidelines where applicable
•Production of presentation quality images and transport schematics using a transport mapping tool (Remix (https://www.remix.com/) or equivalent)
•Production of multi-mode transport schematics, ability to build technical maps and creation of designs for use in virtual public consultation rooms
•Interpretation and display transport network alignments
•Developing attractive presentations
•Editing and copywriting material produced by the Authority
•Developing large scale maps, pull-ups and other such assets as required
•Interpreting technical material and converting it into an easy to understand format
•Creating user friendly maps and graphic representations of complex data
•Facilitating the design of a large volume of complex, network related assets to tight deadlines
•Facilitating ad hoc requests as they arise including, animation and video
•Assisting the NTA with events, attending when required and liaising with audio visual agents
•Designing digital material including, but not limited to website banners, web pages, digital ads, and presentation templates in line with brand guidelines where applicable
•Saving artwork files in an accessible, version-controlled manner on the Authority’s central server
This list is not exhaustive; it reflects the nature of the duties included in the role.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 24
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The expected initial term of the contract will be 2 years, with the option to extend on an annual basis thereafter up to a maximum total 4 year contract. The option to extend rests solely with the Authority and will be based on service requirements, supplier performance and the availability of funding.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As set out in the procurement documents.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As set out in the procurement documents.
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  26/10/2020
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  24/04/2021
IV.2.7)

[OpeningConditions]

[Date]:  26/10/2020
[Time]:  14:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure irrespective of the outcome of the competition, or if the competition is postponed or cancelled. All costs incurred by interested parties in participating in this competition must be borne by them.
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), change the basis of and the procedures for the bidding process, at any time, or procure the project by alternative means if it appears that the project can thereby be more advantageously procured.
The most economically advantageous or any tender will not automatically be accepted.
Refer to procurement documents for further information.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).