Advertising and Sponsorship Management Tender
Specialist marketing agencies to source, generate and manage advertising and sponsorship opportunities.
United Kingdom-Rickmansworth: Advertising and marketing services
2015/S 243-441835
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Three Rivers District Council
Three Rivers House, Northway
Contact point(s): Corporate Procurement Manager
For the attention of: Howard Hughes
WD3 1RL Rickmansworth
UNITED KINGDOM
Telephone: +44 1923278370
E-mail: howard.hughes@watford.gov.uk
Internet address(es):
General address of the contracting authority: www.threerivers.gov.uk
Address of the buyer profile: www.threerivers.gov.uk
Electronic access to information: www.delta-esourcing.com
Electronic submission of tenders and requests to participate: www.delta-esourcing.com
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
Watford Borough Council
Town Hall
WD17 3EX Watford
UNITED KINGDOM
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 13: Advertising services
NUTS code UKH23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with several operators
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:
Range: between 500 000 and 50 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79340000, 79341000, 79341200
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:
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Outdoor Estate
1)Short description
2)Common procurement vocabulary (CPV)
79340000, 79341000, 79341200
3)Quantity or scope
Lot No: 2 Lot title: Highways
1)Short description
2)Common procurement vocabulary (CPV)
79340000, 79341000, 79341200
3)Quantity or scope
5)Additional information about lots
Lot No: 3 Lot title: Media and Publications
1)Short description
2)Common procurement vocabulary (CPV)
79340000, 79341000, 79341200
3)Quantity or scope
5)Additional information about lots
Lot No: 4 Lot title: Environmental (including vehicles)
1)Short description
2)Common procurement vocabulary (CPV)
79340000, 79341000, 79341200
3)Quantity or scope
5)Additional information about lots
Lot No: 5 Lot title: Events
1)Short description
2)Common procurement vocabulary (CPV)
79340000, 79341000, 79341200
3)Quantity or scope
5)Additional information about lots
Lot No: 6 Lot title: Uniforms and Equipment
1)Short description
2)Common procurement vocabulary (CPV)
79340000, 79341000, 79341200
3)Quantity or scope
5)Additional information about lots
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 shown in the ITT.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
As shown in the ITT.
III.2.2)Economic and financial ability
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available;
As shown in the ITT.
Minimum level(s) of standards possibly required: As shown in the ITT.
III.2.3)Technical capacity
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
As shown in the ITT.
Minimum level(s) of standards possibly required:
As shown in the ITT.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
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.3)Additional information
Bids for this opportunity must be submitted, including a completed on line questionnaire, via the procurement portal. The portal also includes further information about the project. Suppliers should read through this set of instructions and follow the process to respond to this opportunity.
The information and documents for this opportunity are available on https://www.delta-esourcing.com/delta You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 55873GK3V6
Please allow sufficient time when responding to this invitation prior to the closing date and time shown on the portal as you have been asked to complete an on line questionnaire and to upload documents. Late submissions will not be accepted.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on +44 8452707050 or email helpdesk@delta-esourcing.com
Potential suppliers should note that Three Rivers DC may publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at their discretion. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority.
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration of the framework agreement is for the placing of orders. The potential value of the framework agreement is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Three Rivers District Council wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
UK Local Authorities.
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_AZ_LG)
Registered Social Landlords: Government-funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives.
http://www.communities.gov.uk/newsroom/factsandfigures/housingplanning1/facts/socialhousinid=1822644
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/55873GK3V6
GO Reference: GO-20151211-PRO-7449028.
VI.4.1)Body responsible for appeal procedures
Three Rivers District Council
Three Rivers House, Northway
WD3 1RL Rickmansworth
UNITED KINGDOM
E-mail: howard.hughes@watford.gov.uk
Telephone: +44 1923278370
Internet address: www.threerivers.gov.uk
VI.5)Date of dispatch of this notice: