Jisc Design and Audio Visual Framework
Framework Agreement to enable Jisc to purchase transactional design, conceptual design and AV services.
United Kingdom-Bristol: Advertising and marketing services
2016/S 084-148801
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Jisc
One Castlepark, Tower Hill
For the attention of: Procurement Manager
BS2 0JA Bristol
UNITED KINGDOM
Telephone: +44 2038155574
E-mail: procurement@jisc.ac.uk
Fax: +44 1235822286
Internet address(es):
General address of the contracting authority: http://www.jisc.ac.uk/
Electronic access to information: https://tenders.jisc.ac.uk
Electronic submission of tenders and requests to participate: https://tenders.jisc.ac.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 15: Publishing and printing services on a fee or contract basis
NUTS code UKK11,UKJ14,UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 9
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79340000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1: Transactional design;
Lot 2: Conceptual design;
Lot 3: Audio Visual services.
Estimated value excluding VAT: 1 400 000 GBP
II.2.2)Information about options
Description of these options: Jisc wishes to award a contract providing an initial 3 years of service with the possibility of extension for a further year subject to performance review.
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Transactional Design
1)Short description
2)Common procurement vocabulary (CPV)
79340000
Lot No: 2 Lot title: Conceptual Design
1)Short description
They will work with the marketing director to generate ideas for pitching and proposals to other managers including senior managers.
They will work closely with the Director of Marketing on the development on all creative elements of the brand and branded communications outputs — particularly around multimedia, exhibition design, design of corporate offices. Please see the tender pack for more information.
2)Common procurement vocabulary (CPV)
79340000
Lot No: 3 Lot title: Audio Visual
1)Short description
These will need to be conceived, storyboarded, shot/animated, edited, go through post production and prepared for the specified output format. Please see the tender pack for more information.
2)Common procurement vocabulary (CPV)
79340000
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Grounds for mandatory rejection as set out in Regulation 57(1) of the Public Contracts Regulations 2015:
(a) Conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977 or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime (c);
(b) Corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e) where the offence relates to active corruption;
(c) The offence of bribery, where the offence relates to active corruption;
(d) Fraud, where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities, within the meaning of:
(i) The offence of cheating the Revenue;
(ii) The offence of conspiracy to defraud;
(iii) Fraud or theft within the meaning of the Theft Act 1968, the Theft Act (Northern Ireland) 1969, the Theft Act 1978 or the Theft (Northern Ireland) Order 1978;
(iv) Fraudulent trading within the meaning of section 458 of the Companies Act 1985, article 451 of the Companies (Northern Ireland) Order 1986 or section 993 of the Companies Act 2006;
(v) Fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979 or section 72 of the Value Added Tax Act 1994;
(vi) An offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993;
(vii) Destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968 or section 19 of the Theft Act (Northern Ireland) 1969;
(viii) Fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006; or
(ix) Making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of the Fraud Act 2006;
(e) Money laundering within the meaning of section 340(11) of the Proceeds of Crime Act 2002;
(f) Any offence listed:
(i) In section 41 of the Counter Terrorism Act 2008(a); or
(ii) In Schedule 2 to that Act where the Court has determined that there is a terrorist connection;
(g) Any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by sub paragraph (f);
(h) Money laundering within the meaning of sections 340 (110 and 415 of the Proceeds of Crime Act 2002(c));
(i) An offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);
(j) An offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc.) Act 2004(f);
(k) An offence under section 59A of the Sexual Offences Act 2003(g);
(l) An offence under section 71 of the Coroners and Justice Act 2009(h);
(m) An offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) Any other offence within the meaning of Article 57(1) of the Public Contracts Directive:
(i) As defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) Created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland Grounds for discretionary rejection as set out in regulation 57(8) of the Public Contracts Regulations:
(a) Is bankrupt or is being wound up, whose affairs are being administered by the Court, who has entered into an arrangement with creditors, who has suspended business activities or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the Court or for an arrangement with creditors or of any other similar proceedings under national laws or regulations;
(c) Has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) Where a conflict of interest within the meaning of regulation 24 cannot be effectively remedied by other, less intrusive, measures;
(f) Where a distortion of competition from the prior involvement of the economic operator in the preparation of the procurement procedure, as referred to in regulation 41, cannot be remedied by other, less intrusive, measures;
(g) Where the economic operator has shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions;
(h) Where the economic operator:
(i) Has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria; or
(ii) Has withheld such information or is not able to submit supporting documents required under regulation 59; or
l) Where the economic operator has:
1. Undertaken to:
aa) Unduly influence the decision making process of the contracting authority, or
bb) Obtain confidential information that may confer upon it undue advantages in the procurement procedure; or
ii) Negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award.
III.2.3)Technical capacity
As provided within the Pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
As provided within the Pre-qualification questionnaire.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Information on limiting candidates will be in the PQQ and tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Jisc
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Supply and Installation of Audio Visual Equipment
Audio Visual Hardware Contract