Public Relations Tender – International Fund for Ireland
The International Fund for Ireland invites proposals to provide a comprehensive public relations service to the Board of the Fund.
United Kingdom-Belfast: Public relations services
2018/S 010-018493
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Seatem House, 28-32 Alfred Street
Belfast
BT2 8EN
United Kingdom
E-mail: Rosemary.Jean-Baptiste@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
ID 1210966 DoF International Fund for Ireland — IFI PR Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The International Fund for Ireland (the Fund) invites proposals to provide a comprehensive public relations service to the Board of the Fund. The Fund’s latest Annual Report can be accessed on the Fund’s website www.internationalfundforireland.com. The service to be provided should cover strategic as well as operational issues. It should be borne in mind that, while the Fund is a single, integrated, international organisation which focuses most of its activity on the 12 northern counties of the island of Ireland, it has an office in Belfast which covers activities in Northern Ireland and an office in Dublin which covers activities in the Southern border counties. The successful tenderer will be required to provide services to the Fund in both jurisdictions and this tender competition is, therefore, in respect of the Fund’s requirements North and South.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The International Fund for Ireland (the Fund) invites proposals to provide a comprehensive public relations service to the Board of the Fund. The Fund’s latest Annual Report can be accessed on the Fund’s website www.internationalfundforireland.com. The service to be provided should cover strategic as well as operational issues. It should be borne in mind that, while the Fund is a single, integrated, international organisation which focuses most of its activity on the 12 northern counties of the island of Ireland, it has an office in Belfast which covers activities in Northern Ireland and an office in Dublin which covers activities in the southern border counties. The successful tenderer will be required to provide services to the Fund in both jurisdictions and this tender competition is, therefore, in respect of the Fund’s requirements North and South.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contractor may at any time before the completion of the contract period be invited to agree to extend for 2 periods of 12 months each commencing from the termination date of the original contract period.
II.2.10)Information about variants
II.2.11)Information about options
The contractor may at any time before the completion of the contract period be invited to agree to extend for 2 periods of 12 months each commencing from the termination date of the original contract period.
II.2.13)Information about European Union funds
II.2.14)Additional information
The estimated total contract value is between £450000-£675000 for the total contract value including options to extend. The range reflects the potential scale of the contract and takes into account such changes to the scope and/or scale, which may result from future operational requirements.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance, they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of 12 months from the date of issue of the certificate. The authority expressly reserves the rights:
1) Not to award any contract as a result of the procurement process commenced by publication of this notice;
2) To make whatever changes it may see fit to the content and structure of the tendering competition;
3) To award (a) contract(s) in respect of any part(s) of the services covered by this notice;
4) To award contract(s) in stages and in no circumstances will the authority be liable for any costs incurred by candidates. This project will be used to progress the government’s wider social, economic and environmental objectives.
VI.4.1)Review body
UK
United Kingdom
VI.4.3)Review procedure
CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:
Read More
Media Monitoring and Evaluation for British Tourist Authority
PR Agency Required for UK Governments Investments
United Utilities Marketing and Communication Services Framework