Advertising Campaign Services Northern Ireland
NICS Campaign Advertising and Related Services Framework.
UK-Belfast: advertising campaign services
2012/S 79-130052
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department of Finance and Personnel Northern Ireland
Clare House, 303 Airport Road West
For the attention of: Louise Thompson
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 2890816519
E-mail: Louise.thompson@dfpni.gov.uk
Internet address(es):
General address of the contracting authority: http://www.dfp.gov.uk/cpd
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
Body governed by public law
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
NICS Campaign Advertising and Related Services Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 13: Advertising services
Main site or location of works, place of delivery or of performance: Northern Ireland.
NUTS code UKN
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
On behalf of Government Advertising Unit, OFMDFM, the Central Procurement Directorate (CPD) will establish a Campaign Advertising Framework Agreement, for the provision of campaign advertising and related services to the Northern Ireland Civil Service (NICS) departments, their agencies, NDPBs and ALBs and Contracting Authorities. Government advertising requirements can vary from long running, complex campaigns aimed at changing social attitudes and behaviour to shorter term provision of information and calls to action. Service Providers listed on the Framework Agreement will be appointed following rigorous and objective evaluation against agreed criteria and therfore assessed as competent to deliver commissions within this framework.
A list of Participants can be found at:
http://www.nidirect.gov.uk/index/contacts/government-departments-in-northern-ireland.htm http://www.nihe.gov.uk/ http://www.hscbusiness.hscni.net/services/1878.htm http://www.niwater.com.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
See Section II.1.5.
II.2.2)Information about options
Options: yes
Description of these options: Initial period of 2 years with options to extend by 2 further periods of 1 year each.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be made in accordance with the terms and conditions to be set out in the contract documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special form is required but one member of a consortium may be required to accept prime contractor responsibility for the other member(s), and a consortium will be required to form a legal entity with appropriate parent company guarantees.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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: As stated in the pre-qualification questionnaire Introduction and Background document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As stated in the pre-qualification questionnaire Introduction and Background document.
Minimum level(s) of standards possibly required: As stated in the pre-qualification questionnaire Introduction and Background document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As stated in the pre-qualification questionnaire Introduction and Background document.
Minimum level(s) of standards possibly required:
As stated in the pre-qualification questionnaire Introduction and Background document.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
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: During the PQQ stage, the intention is to arrive at a Short List of capable Tenderers whose total marks achieved or exceed the minimum threshold of 70 % for formal Invitation to Tender (Primary Competition).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Project_6312
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 11.5.2012 – 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.5.2012 – 15:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Suppliers Instructions How to Express Interest in this Tender~:
1. Register your company on the eSourcing portal (this is only required once): Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once):
https://e-sourcingni.bravosolution.co.uk and click the link to register – Accept the terms and conditions and click ‘continue’ – Enter your correct business and user details – Note the username you chose and click ‘Save’ when complete – You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender – Login to the portal with the username/password – Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) – Click on the relevant PQQ/ ITT to access the content. – Click the ‘Express Interest’ button at the top of the page. – This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender – Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) – You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification – Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT – There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPD will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.4.2012