PR Support Contract for Events Programmes
Stirling Council, on behalf of the Scottish Cities Alliance Investment Promotion, seeks to award a contract for the provision of PR support for its events programmes across 2018/2019 and 2019/2020.
United Kingdom-Stirling: Public relations services
2018/S 028-061042
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Strategic Procurement, Old Viewforth
Stirling
FK8 2ET
United Kingdom
Telephone: +44 1786233384
E-mail: procurement@stirling.gov.uk
NUTS code: UKM77
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
PR Services Support on behalf of Scottish Cities Alliance
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Stirling Council, on behalf of the Scottish Cities Alliance (SCA) Investment Promotion, seeks to award a contract for the provision of PR support for its events programmes across 2018/2019 and 2019/2020 which include ExpoReal Munich, MIPIM UK, and MIPIM Cannes as well as a series of smaller targeted events created by the Alliance.
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:
Stirling Council, on behalf of the Scottish Cities Alliance (SCA) Investment Promotion, seeks to award a contract for the provision of PR support for its events programmes across 2018/2019 and 2019/2020 which include ExpoReal Munich, MIPIM UK, and MIPIM Cannes as well as a series of smaller targeted events created by the Alliance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Stirling Council reserves the right to extend this contract for a further period of 12 months + 12 months making the maximum possible contract duration 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Part IV: Selection criteria – B: Economic and financial standing:
– Question 4B.1.1:
– – tenderers are required to have a minimum “general” annual turnover of 380 000,00 GBP for the last two financial years,
– – where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition,
– – where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.
– Question 4B.2.1:
– – bidders will be required to have a minimum yearly “specific” turnover of 380 000,00 GBP for the last 2 years in the business area covered by the contract Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition,
– – where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.
– Question 4B.2.1:
– – bidders will be required to have a minimum yearly “specific” turnover of GBP 380 000,00 for the last 2 years in the business area covered by the contract,
– – where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition,
– – where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.
Part IV: Selection criteria – B: Economic and financial standing:
– Question 4B.3:
– – where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
Part IV: Selection criteria – B: Economic and financial standing:
– Question 4B.4:
– – tenderers will be required provide the following information in response to 4B.4:
– – – Liquidity ratio for Current Year,
– – – Liquidity ratio for Prior Year.
– –the formula for calculating a Tenderer’s liquidity ratio is (current assets – stock or work in progress) divided by current liabilities. The acceptable range for each financial ratio is greater than 0.8,
– – where a Tenderer’s Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria – B: Economic and financial standing:
– Question 4B.5:
– – tenderers are required to hold or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
– – – Employers (Compulsory) Liability Insurance – 10 000 000,00 GBP
– – – Public Liability Insurance – 5 000 000,00 GBP
– – – Professional Indemnity – 2 000 000,00 GBP
– – where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
III.1.3)Technical and professional ability
Part IV: Selection criteria – C – Technical & Professional Ability:
– Question 4C.1.2:
– – for public supply and public service contracts only, please provide relevant examples of supplies and / or services carried out during the last three years (examples from both public and/or private sector customers and clients may be provided),
– – where a Bidder cannot provide the relevant examples, the Council may exclude the Bidder from the competition.
III.2.3)Information about staff responsible for the performance of the contract
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Stirling Council will re-tender at the end of this contract, including any optional extensions.
VI.2)Information about electronic workflows
VI.3)Additional information:
NOTE:
– to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at:
– – http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=527743.
– the buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at:
– – http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
– suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:527743).
– download the ESPD document here:
– – http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=527743.
VI.4.1)Review body
Strategic Procurement, Old Viewforth
Stirling
FK8 2ET
United Kingdom
Telephone: +44 1786233384
E-mail: procurement@stirling.gov.ukInternet address:http://www.stirling.gov.uk/procurement
VI.5)Date of dispatch of this notice:
Read More
Communications and Marketing Support Contract Salford
Financial Conduct Authority Communications Services Framework
Communication Services Invitation to Tender