Provision of Advertising and Creative Services for Safefood

Safefood wish to establish a Single-Party Framework Agreement for the provision of Advertising and Creative Services. Services to be provided under the framework agreement and initial call-off contract include but are not limited to: • Integrated above the line, below the line and online advertising • Integrated strategic communications planning …

CPV: 79340000 Usluge oglašavanja i plasmana, 79341000 Usluge oglašavanja, 79341100 Usluge savjetovanja u oglašavanju, 79341200 Usluge vođenja oglašavanja, 79341400 Usluge kampanje oglašavanja
rok:
25. lipnja 2025. 12:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Provision of Advertising and Creative Services for Safefood
registar:
safefood
nagradni broj:
0

1. Buyer

1.1 Buyer

Official name : safefood
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Provision of Advertising and Creative Services for Safefood
Description : Safefood wish to establish a Single-Party Framework Agreement for the provision of Advertising and Creative Services. Services to be provided under the framework agreement and initial call-off contract include but are not limited to: • Integrated above the line, below the line and online advertising • Integrated strategic communications planning and creative/design solutions • Understanding of target audiences and their behaviours and motivators The full list of requirements are contained within the procurement documents. Applicants must associate themselves with the competition in order to access the procurement documents, ask and receive queries and submit a response. All responses must be submitted in a ZIP file format.
Procedure identifier : b63ebf8f-77d1-43ee-af6a-7050337d311a
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Contracting Authority will evaluate those tenders against the award criteria and reserves the right to: (a) Move straight to a contract award decision, without negotiation (b) To apply the successive reduction rule to reduce the number of firms invited to the negotiation phase – the choice of firms may be based on scenarios where firms have failed to qualify under one or more of the award criteria and/or situations where there is a clear score differential following evaluation of the initial tenders; or (c) To invite all firms to negotiation meetings.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 79341200 Advertising management services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79341400 Advertising campaign services
Additional classification ( cpv ): 79340000 Advertising and marketing services

2.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 2 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of Advertising and Creative Services for Safefood
Description : Safefood wish to establish a Single-Party Framework Agreement for the provision of Advertising and Creative Services. Services to be provided under the framework agreement and initial call-off contract include but are not limited to: • Integrated above the line, below the line and online advertising • Integrated strategic communications planning and creative/design solutions • Understanding of target audiences and their behaviours and motivators The full list of requirements are contained within the procurement documents. Applicants must associate themselves with the competition in order to access the procurement documents, ask and receive queries and submit a response. All responses must be submitted in a ZIP file format.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 79341200 Advertising management services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79341400 Advertising campaign services
Additional classification ( cpv ): 79340000 Advertising and marketing services

5.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 2 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : (1) Interested parties must associate their organisation with this competition on the eTenders web site ( www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (2) When finalising your submission please upload your final response as a zip file as individual documents will lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not imply you have successfully submitted your response. (3) There is a maximum upload limit of 250mb per file / 500mb per submission. (4) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline. (5) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (6) Applications submitted by any other means (including but not limited to email or post or hand delivery) will not be accepted. (7) 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. (8) All queries regarding this process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response (9) The estimated value for the framework published is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement. (10) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition. (12) Where applicable, 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. (13) 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.

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 25/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : In accordance with the Standstill Period as per SI130 - Public Sector Remedies Legislation
Organisation providing offline access to the procurement documents : safefood -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : safefood -
Organisation processing tenders : safefood -

8. Organisations

8.1 ORG-0001

Official name : safefood
Registration number : N/A
Postal address : 7 Eastgate Avenue, Little Island, Cork
Town : Cork
Postcode : T45RX01
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : 0818 404 567
Internet address : https://www.safefood.net
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : bffc9750-aa55-44ff-8b68-726e8cac3c07 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 10:24 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00336396-2025
OJ S issue number : 100/2025
Publication date : 26/05/2025