Establishment of a multi-party framework agreement for the provision of creative services for the Regional Waste Management Planning Offices

As part of delivering the services, MyWaste branding guidelines must be considered in the design/creative process, as outputs from this project should be recognised as part of the overall MyWaste brand. While these branding guidelines should be considered, they need not wholly dictate the creation of new creative assets. Overall …

CPV: 79822500 Grafisk formgivning, 79415200 Rådgivning avseende design, 22462000 Reklammaterial, 22459100 Reklamdekaler och -klistermärken, 79341000 Reklam, 92111210 Reklamfilmsproduktion, 79341200 Managementtjänster avseende reklam, 92211000 Radioproduktion
Plats för avrättning:
Establishment of a multi-party framework agreement for the provision of creative services for the Regional Waste Management Planning Offices
Plats för tilldelning:
Dublin City Council
Tilldelningsnummer:
1

1. Buyer

1.1 Buyer

Official name : Dublin City Council
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Establishment of a multi-party framework agreement for the provision of creative services for the Regional Waste Management Planning Offices
Description : As part of delivering the services, MyWaste branding guidelines must be considered in the design/creative process, as outputs from this project should be recognised as part of the overall MyWaste brand. While these branding guidelines should be considered, they need not wholly dictate the creation of new creative assets. Overall branding must also take account of the following websites: • www.gov.ie • mywaste.ie. The aesthetic of any updated/refreshed assets should reflect any relevant existing campaign, and the messaging copy or straplines should seek to build on/further develop the existing messaging. A selection of creative assets will also be required in the Irish language. Once the English content is approved, Irish language text will be supplied for relevant assets. Translation into languages other than Irish may also be required. The MyWaste Brand guidelines will be made available with the Prequalification Questionnaire in the tender documents area of the competition once published. The creative assets and connected materials developed pursuant to contracts awarded under these Frameworks become the property of the relevant Contracting Authority and all relevant files must be transferred to the relevant Contracting Authority. This Multi-party Framework will have two (mutually exclusive) lots: Lot 1 – creative services with an estimated value of up to €20,000 Lot 2 - creative services with an estimated value of above €20,001 with an initial call-off contract For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created . Please note that this project is subject to funding. Lot 1: Estimated value €1000000 Lot 2: Estimated value €2000000
Procedure identifier : 34d62b3a-b08b-4903-ab8e-b2054f48c595
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79822500 Graphic design services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 22462000 Advertising material
Additional classification ( cpv ): 22459100 Advertising stickers and strips
Additional classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 92111210 Advertising film production
Additional classification ( cpv ): 79341200 Advertising management services
Additional classification ( cpv ): 92211000 Radio production services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 3 000 000 Euro
Maximum value of the framework agreement : 3 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 1

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Smaller design assignments of €20000 or less in value
Description : As part of delivering the services, MyWaste branding guidelines must be considered in the design/creative process, as outputs from this project should be recognised as part of the overall MyWaste brand. While these branding guidelines should be considered, they need not wholly dictate the creation of new creative assets. Overall branding must also take account of the following websites: • www.gov.ie • mywaste.ie. The aesthetic of any updated/refreshed assets should reflect any relevant existing campaign, and the messaging copy or straplines should seek to build on/further develop the existing messaging. A selection of creative assets will also be required in the Irish language. Once the English content is approved, Irish language text will be supplied for relevant assets. Translation into languages other than Irish may also be required. The MyWaste Brand guidelines will be made available with the Prequalification Questionnaire in the tender documents area of the competition once published. The creative assets and connected materials developed pursuant to contracts awarded under these Frameworks become the property of the relevant Contracting Authority and all relevant files must be transferred to the relevant Contracting Authority. This Multi-party Framework will have two (mutually exclusive) lots: Lot 1 – creative services with an estimated value of up to €20,000 Lot 2 - creative services with an estimated value of above €20,001 with an initial call-off contract For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created . Please note that this project is subject to funding. Lot 1: Estimated value €1000000 Lot 2: Estimated value €2000000
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79822500 Graphic design services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 22462000 Advertising material
Additional classification ( cpv ): 22459100 Advertising stickers and strips
Additional classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 92111210 Advertising film production
Additional classification ( cpv ): 79341200 Advertising management services
Additional classification ( cpv ): 92211000 Radio production services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 3 000 000 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

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 8
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

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
Deadline for requesting additional information : 06/11/2025 17:00 +01:00

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 requests to participate : 20/11/2025 23:45 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 5
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
Organisation providing offline access to the procurement documents : Dublin City Council
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Dublin City Council
Organisation processing tenders : Dublin City Council

5.1 Lot technical ID : LOT-0002

Title : Larger strategic design assignments of over €20000 in value
Description : As part of delivering the services, MyWaste branding guidelines must be considered in the design/creative process, as outputs from this project should be recognised as part of the overall MyWaste brand. While these branding guidelines should be considered, they need not wholly dictate the creation of new creative assets. Overall branding must also take account of the following websites: • www.gov.ie • mywaste.ie. The aesthetic of any updated/refreshed assets should reflect any relevant existing campaign, and the messaging copy or straplines should seek to build on/further develop the existing messaging. A selection of creative assets will also be required in the Irish language. Once the English content is approved, Irish language text will be supplied for relevant assets. Translation into languages other than Irish may also be required. The MyWaste Brand guidelines will be made available with the Prequalification Questionnaire in the tender documents area of the competition once published. The creative assets and connected materials developed pursuant to contracts awarded under these Frameworks become the property of the relevant Contracting Authority and all relevant files must be transferred to the relevant Contracting Authority. This Multi-party Framework will have two (mutually exclusive) lots: Lot 1 – creative services with an estimated value of up to €20,000 Lot 2 - creative services with an estimated value of above €20,001 with an initial call-off contract For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created . Please note that this project is subject to funding. Lot 1: Estimated value €1000000 Lot 2: Estimated value €2000000
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79822500 Graphic design services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 22462000 Advertising material
Additional classification ( cpv ): 22459100 Advertising stickers and strips
Additional classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 92111210 Advertising film production
Additional classification ( cpv ): 79341200 Advertising management services
Additional classification ( cpv ): 92211000 Radio production services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 3 000 000 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

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 8
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

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
Deadline for requesting additional information : 06/11/2025 17:00 +01:00

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 requests to participate : 20/11/2025 23:45 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 5
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
Organisation providing offline access to the procurement documents : Dublin City Council
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Dublin City Council
Organisation processing tenders : Dublin City Council

8. Organisations

8.1 ORG-0001

Official name : Dublin City Council
Registration number : IE47732154U
Postal address : Civic Offices, Wood Quay
Town : Dublin
Postcode : D08 RF3F
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 2222222
Internet address : https://www.dublincity.ie
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 : c713a1c9-e79d-4503-bfdd-04f3ebf6749e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/10/2025 14:46 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00694294-2025
OJ S issue number : 203/2025
Publication date : 22/10/2025