Back to tenders & grants page
Ireland-Dublin: Smart card readers Defence & Security, Information Technology, Construction & Engineering, Paper, Wood & Furniture, Machinery & Equipment , Electronics & Electrical , Consulting Ireland-Dublin: Smart card readers
Receive Tenders like this by email

Ireland-Dublin: Smart card readers

Ireland-Dublin: Smart card readers has been closed on 03 Jun 2019. It no longer accepts any bids. For further information, you can contact the National Transport Authority (N/A)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

National Transport Authority (N/A)

Industry:

Defence & Security

Information Technology

Construction & Engineering

Paper, Wood & Furniture

Machinery & Equipment

Electronics & Electrical

Consulting

Status:

Closed

Timeline

Published:

31 Jan 2019

Deadline:

03 Jun 2019

Value:

Not available

Contacts

Name:

Marian Regan

Phone:

+353 14020114

Description

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Limerick City and County Council
3267368TH
Merchant's Quay
Limerick
Co.Limerick
Ireland
Contact person: Marian Regan
Telephone: +353 14020114
E-mail: [email protected]
NUTS code: IE042

Internet address(es):

Main address: https://www.limerick.ie/council

Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/103432

I.2)Information about joint procurement
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=141385&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=141385&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
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:

Strategic and Creative Service (Lot 1), Media Buying (Lot 2), Combined Strategic and Media Buying (Lot 3)

II.1.2)Main CPV code
79341000
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 a Framework Agreement (1 or 2) on the basis of the following lots.

Lot 1: Strategic and Creative Services;

Lot 2: Media Buying Services;

Lot 3: Combined Strategic and Creative and Media Buying Services.

Please refer to the pre-qualification questionnaire for more information.

II.1.5)Estimated total value
Value excluding VAT: 1 100 000.00 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:

Strategic and Creative Services

Lot No: 1
II.2.2)Additional CPV code(s)
79340000
79341100
79341200
79341400
II.2.3)Place of performance
NUTS code: IE042
Main site or place of performance:

Limerick.

II.2.4)Description of the procurement:

Lot 1: Strategic and Creative Services (Section 1 and 2 of Questionnaire):

To provide a professional service partner to work with Limerick City and County Council, competent to respond to the overarching brand strategy and develop strategic direction and a consequent creative branded advertising approach to promote Limerick as a location for tourism, education and foreign direct investment including, but not limited to:

— understanding each of the markets from where Limerick draws its investors, visitors, students and residents, and developing and refining strategies for the different sector propositions,

— producing high quality creative advertising and communications campaigns for use in all appropriate media,

— identifying and isolating tactical moments that may be used to Limerick’s advantage,

— mapping phases of activity in conjunction with Limerick City and County Council and the media buying agency,

— recommending media strategies to optimise and refine the media spend in each market,

— measuring and optimising the performance of communications against goals.

The successful agency will be required to deliver output which is flexible and useable in all markets and across all media.

The budget for this service is in the region of 250 000 EUR per annum, however this is not a guarantee of the budget for future years.

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: 500 000.00 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 maximum duration of the Framework Agreement will be for two (2) years, with the option to extend the agreement by a further two (2) years subject to satisfactory annual review of performance.

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: 5
Objective criteria for choosing the limited number of candidates:

As set out in the pre-qualification questionnaire.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:

Media Buying Services

Lot No: 2
II.2.2)Additional CPV code(s)
79340000
79341100
79341200
79341400
II.2.3)Place of performance
NUTS code: IE042
Main site or place of performance:

Limerick.

II.2.4)Description of the procurement:

Lot 2: Media Buying Services (Section 1 and 3 of Questionnaire):

To provide a professional service partner to work with Limerick City and Council capable of, but not limited to:

— understanding target audiences in all the target markets,

— advising on the best way to target potential markets,

— purchasing media space on behalf of Limerick City and County Council, and

— media formats will cover

—— TV,

—— radio,

—— outdoor,

—— digital media (a growing emphasis),

—— printed media formats (very small amounts).

The media budget is approximately 300 000 EUR per annum across all markets and media types. However, this is not a guarantee of the budget for future years.

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: 600 000.00 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 maximum duration of the Framework Agreement will be for two (2) years, with the option to extend the agreement by a further two (2) years subject to satisfactory annual review of performance.

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: 5
Objective criteria for choosing the limited number of candidates:

As set out in the pre-qualification questionnaire.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:

Combined Strategic Creative and Media Buying

Lot No: 3
II.2.2)Additional CPV code(s)
79340000
79341100
79341200
79341400
II.2.3)Place of performance
NUTS code: IE042
NUTS code: IE
Main site or place of performance:

Limerick.

II.2.4)Description of the procurement:

Lot 3: Combined — Strategic and Creative Services and Media Buying Services:

To provide the combined requirements as set out in Lots 1 and 2 above.

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: 1 100 000.00 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 maximum duration of the Framework Agreement will be for two (2) years, with the option to extend the agreement by a further two (2) years subject to satisfactory annual review of performance.

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: 5
Objective criteria for choosing the limited number of candidates:

As er the pre-qualification questionnaire.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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

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 pre-qualification questionnaire.

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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:

As per tender documents.

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
Accelerated procedure
Justification:

Urgent requirement in order to put brand in place.

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 a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/02/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 01/03/2019
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)
IV.2.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:

1) The estimated total value of purchases pursuant to the framework agreement (Lots 1 and 2 combined) is in the region of 1 100 000 EUR (incl. VAT) over the lifetime of the agreement. It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the Framework Agreement.

2) Interested parties must register their interest on the eTenders website (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.

3) The numbers invited to tender will be the top five (5) qualifying candidates subject to that number qualifying.

4) This is the sole call for competition for this service.

5) The Contracting Authority will not be responsible for any costs, charges or expenses incurred by Applicants or tenderers.

6) Contract award will be subject to the approval of the competent authorities.

7) The maximum duration of the Framework Agreement will be for two (2) years, with the option to extend the agreement by a further two (2) years subject to satisfactory annual review of performance. 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.

8) It will be a condition of award that candidates are tax compliant.

9) If for any reason, it is not possible to establish the Framework Agreement or award the initial contract to the designated successful tenderer emerging from this competitive process; the Contracting Authority reserves the right to establish the framework with the next highest scoring tenderer based on the terms advertised at any time during the tender validity period. This shall be without prejudice to the right of the Contracting Authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.

Likewise, if having awarded a contract under the framework, the Framework Member cannot, for whatever reason, deliver the required services to the satisfaction of the Contracting Authority; the Contracting Authority reserves the right to terminate the contract and their membership of the framework and to award the contract and framework membership by mutual agreement to the next highest-ranked tenderer on foot of the original procedure based on the terms advertised, at any time during the framework agreement tender validity period.

10) 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.

11) 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.

12) Without prejudice to the principle of equal treatment, the Contracting Authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.

VI.4)Procedures for review
VI.4.1)Review body
The High Court
Four Courts
Dublin
Ireland
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
28/01/2019

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more