Advertising and Promotions Services for Network Rail
NRIL requires a provider to manage, promote and exploit promotional, exhibition and distribution activities at certain sites in the Stations which generate revenue for NRIL.
United Kingdom-Milton Keynes: Advertising and marketing services
2015/S 052-091597
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Network Rail Infrastructure Ltd
National Supply Chain, The Quadrant: MK, Elder Gate
For the attention of: Garry Pyne
MK9 1EN Milton Keynes
UNITED KINGDOM
E-mail: garry.pyne@networkrail.co.uk
Internet address(es):
General address of the contracting entity: www.networkrail.co.uk
Address of the buyer profile: http://www.networkrail.co.uk/tender-opportunities/?cd=1
Electronic access to information: https://www.gov.uk/contracts-finder
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 13: Advertising services
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
NRIL requires a provider to manage, promote and exploit promotional, exhibition and distribution activities at certain sites in the Stations which generate revenue for NRIL.
II.1.6)Common procurement vocabulary (CPV)
79340000, 79341000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
A replacement contract requires to be tendered to achieve:
— the maximum possible revenue;
— raise the quality of events within our stations;
— drive longer term revenue increases across the term of the agreement;
— reduction in the operational costs;
— to more effectively address the requirements of stations and NR for not-for-profit and other related activities.
Network Rail aspires to make stations ‘retail destinations’ and therefore is now more interested in the type of concessionaire using the space and the products and/or services they offer to avoid conflict or potential damage to reputation. NRIL wants to raise the quality and calibre of its concourse promotions and exhibitions to ultimately drive customer satisfaction and improve income for the future.
Estimated value excluding VAT
Range: between 200 000 and 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
Description of particular conditions: As detailed in the available documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.7)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
Estimated timing for further notices to be published: 48 months.
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
High Court
The Strand
London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Network Rail Infrastructure Ltd
National Supply Chain, The Quadrant MK, Elder Gate
MK9 1EN Milton Keynes
UNITED KINGDOM
E-mail: garry.pyne@networkrail.co.uk
VI.5)Date of dispatch of this notice: