Advertising Services Framework Agreement
The Moray Council is seeking to re-tender a single supplier Framework Agreement to provide a quality Fully Managed Service for our advertising requirements.
United Kingdom-Elgin: Advertising services
2017/S 125-254536
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
High Street
Elgin
IV30 1BX
United Kingdom
Telephone: +44 1343563137
E-mail: procurement@moray.gov.uk
NUTS code: UKM62
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
17/0011 Advertising Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Moray Council is seeking to re-tender a single supplier Framework Agreement to provide a quality Fully Managed Service for our advertising requirements. The supplier will act as our agent and will liaise with various media/publications on our behalf. The framework agreement period will be 3 years with the possibility to extend for up to 1 additional year.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Moray.
II.2.4)Description of the procurement:
The Moray Council is seeking to re-tender a single supplier Framework Agreement to provide a quality Fully Managed Service for our advertising requirements. The supplier will act as our agent and will liaise with various media/publications on our behalf. The framework agreement period will be 3 years with the possibility to extend for up to 1 additional year.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
July 2021.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
4A.2 Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2)Economic and financial standing
4B.1.1 Bidders will be required to have a minimum ‘general’ yearly turnover of 170 000 GBP for the last 2 years.
4B.5.1
4B.5.2
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = 5 000 000 GBP.
Professional Indemnity Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU Contract Notice or the relevant section of the Site Notice.
4C.2 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
4C.3 Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice or the relevant section of the Site Notice.
4C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice or the relevant section of the Site Notice.
4C.7 Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Policy.
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2.2)Contract performance conditions:
4D.1 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Or
2. The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
Elgin.
Section VI: Complementary information
VI.1)Information about recurrence
July 2021.
VI.2)Information about electronic workflows
VI.3)Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8562. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref: 501994).
VI.4.1)Review body
High Street
Elgin
IV30 1BX
United Kingdom
Telephone: +44 1343563137Internet address:http://www.moray.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Media Buying Contract Birmingham
Contract for Advertising of Bus Shelters and Free Standing Units
University of Sussex Advertising Services Contract
Media Planning and Buying Services Tender
Tender for Media Buying Agencies