Hull City Council Media Advertising and Design Framework
The scope of this project is to have in place solutions to manage the design and media advertising requirements of Hull City Council. This will be achieved by dividing into 5 lots.
United Kingdom-Kingston upon Hull: Advertising and marketing services
2015/S 246-446723
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Hull City Council
Guildhall, Alfred Gelder Street
For the attention of: Ruth Carter
HU1 2AA Kingston upon Hull
UNITED KINGDOM
Telephone: +44 1482613074
E-mail: ruth.carter@hullcc.gov.uk
Internet address(es):
General address of the contracting authority: http://www.hullcc.gov.uk
Address of the buyer profile: http://www.yortender.co.uk/procontract
Electronic access to information: http://www.yortender.co.uk/procontract
Electronic submission of tenders and requests to participate: http://www.yortender.co.uk/procontract
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
See Section VI)
HU1 2AA
Hull
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
Main site or location of works, place of delivery or of performance: UKE11.
NUTS code UKE11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 12
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 3 000 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79340000, 79930000, 79950000, 22314000, 39154000, 79416000, 79933000, 79956000, 79341000, 39154100, 79416100, 79341500, 79341400,79416200, 79822500, 79341200, 79961100, 92111200, 92111210, 92111220
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:
Estimated value excluding VAT:
Range: between 3 000 000 and 5 000 000 GBP
II.2.2)Information about options
Description of these options: There is the option to extend for up to a further 2 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
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: Media Advertising
1)Short description
2)Common procurement vocabulary (CPV)
79341000
3)Quantity or scope
Range: between 200 000 and 1 000 000 GBP
Lot No: 2 Lot title: Design Framework
1)Short description
2)Common procurement vocabulary (CPV)
79930000, 79822500
3)Quantity or scope
Range: between 200 000 and 1 000 000 EUR
Lot No: 3 Lot title: Theatres and Halls
1)Short description
2)Common procurement vocabulary (CPV)
79340000
3)Quantity or scope
Range: between 60 000 and 500 000 EUR
Lot No: 4 Lot title: Exhibition Stand Design for Green Port Hull
1)Short description
2)Common procurement vocabulary (CPV)
39154100
3)Quantity or scope
Range: between 60 000 and 500 000 EUR
Lot No: 5 Lot title: Marketing and PR Activities for Green Port Hull/Green Port Growth
1)Short description
2)Common procurement vocabulary (CPV)
79341000, 79416000, 79416100
3)Quantity or scope
Range: between 100 000 and 1 000 000 EUR
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 per the tender documents.
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
Minimum level(s) of standards possibly required: As per the tender documents.
III.2.3)Technical capacity
As per the tender documents.
Minimum level(s) of standards possibly required:
As per the tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
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: A number of technical questions will be asked per lot and the top scoring candidates will be taken through to ITT stage. The minimum number taken through to ITT stage will vary per lot. This is detailed in the tender documents.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: The Council reserves the right to seek further competition through an e-Auction process, but may not deem it appropriate in all cases. Tenderers are therefore requested to submit their best offers which may inform, should an e-Auction proceed, the opening bid by that Tenderer.
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Other previous publications
Notice number in the OJEU: 2015/S 241-437059 of 11.12.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 4 years.
VI.2)Information about European Union funds
VI.3)Additional information
This tender is being managed electronically. Interested parties will be required to register their company details and request details through the Councils electronic tendering system by visiting: https://www.yortender/procontract
The Contracting Authority is purchasing on behalf of itself and other companies that it controls in accordance with Section 68 of the Local Government and Housing Act 1989 and which are themselves contracting authorities.
VI.4.1)Body responsible for appeal procedures
Hull City Council, Monitoring Officer
Guidlhall, Alfred Gelder Street
HU1 2AA Hull
UNITED KINGDOM
Body responsible for mediation procedures
Hull City Council, Monitoring Officer
Guidlhall, Alfred Gelder Street
HU1 2AA Hull
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Hull City Council, Monitoring Officer
Guidlhall, Alfred Gelder Street
HU1 2AA Hull
UNITED KINGDOM
VI.5)Date of dispatch of this notice: