Kirklees Council Advertising Tender
Provision of Statutory Notice Advertising.
United Kingdom-Huddersfield: Advertising and marketing services
2016/S 159-287588
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Communications and Marketing, Civic Centre 1, High Street
Huddersfield
HD1 2NF
United Kingdom
Contact person: Max Ahmed
Telephone: +44 1484221000
E-mail: max.ahmed@kirklees.gov.uk
NUTS code: UKE43
Address of the buyer profile: http://www.yortender.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
KMCCL-035 — Provision of Statutory Notice Advertising.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The advertising in local newspapers of statutory notices aimed at reaching the whole borough of Kirklees (including (where requested) typesetting and compiling of notices).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
North Kirklees Provision of Statutory Notice Advertising
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Kirklees.
II.2.4)Description of the procurement:
The contracting authority is looking for economic operators with relevant experience and ability to demonstrate sufficient capacity for the provision of statutory notice advertising (including (where requested) typesetting and compiling of notices) for the North of Kirklees (for clarification on the extent of North Kirklees, please refer to Parts 1, 2(b) and Appendix 2 of the Specification published in relation to this Notice, which can be found at www.YORtender.co.uk).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will initially run for a period of twelve (12) months with the successful economic operator on each Lot, with the provision to extend each Lot by a further twelve (12) month period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This exercise is an Open Procedure in accordance with the requirements under Reg. 27 of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Services as described in the contracting authority’s Specification and Appendices thereto. This Specification is part of the Tender Documents that were published in relation to this Notice and can be found at: www.YORtender.co.uk
II.2.1)Title:
South Kirklees Provision of Statutory Notice Advertising
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Kirklees.
II.2.4)Description of the procurement:
The contracting authority is looking for economic operators with relevant experience and ability to demonstrate sufficient capacity for the provision of statutory notice advertising (including (where requested) typesetting and compiling of notices) for the South of Kirklees (for clarification on the extent of South Kirklees, please refer to Parts 1, 2(b) and Appendix 2 of the Specification published in relation to this Notice, which can be found at www.YORtender.co.uk).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will initially run for a period of twelve (12) months with the successful economic operator on each Lot, with the provision to extend each Lot by a further twelve (12) month period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This exercise is an Open Procedure in accordance with the requirements under Reg. 27 of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Services as described in the contracting authority’s Specification and Appendices thereto. This Specification is part of the Tender Documents that were published in relation to this Notice and can be found at: www.YORtender.co.uk
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
In accordance with: (i) Article 57 and 59 to 61 of Directive 2014/24/EU of the European Parliament and of the Council; and (ii) Regulations 57-61 of the Public Contracts 2015 (SI 2015/102), which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to exclude any Tenderer whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the Pre-Qualification Questionnaire (‘PQQ’) within the Suppliers’ Submission Document, which is available to download at: https:// www.yortender.co.uk/procontract/supplier.nsf or is available at the address set out in Sections I.1) and I.3) of this Notice.
III.1.2)Economic and financial standing
Information and formalities necessary for evaluating if requirements are met:
(1) Finance — See Section 5 of the PQQ (available to download at: https:// www.yortender.co.uk/procontract/supplier.nsf or available at the address set out in Sections I.1) and I.3) of this Notice). Economic operators must submit at least 1 of the items of information asked for in Sections 5.1(a), (b), (c) or (d) of the PQQ to demonstrate their economic/financial standing. Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of: (a) The name of the organisation; and (b) The relationship to the economic operator completing the PQQ. The economic operator must also provide the parent/holding organisation’s company accounts (if available), and confirmation on whether or not this organisation would be willing to provide a guarantee if necessary, and if not would the economic operator be able to obtain a guarantee elsewhere (e.g. from a bank).
(2) Insurance — See Section 7(B) of the PQQ (available to download at (available to download at: https://www.yortender.co.uk/procontract/ supplier.nsf or available at the address set out in Section I.1) or I.3) of this Notice). Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the Effective Date of the contract (which is anticipated to be 1.8.2016), the following levels of insurance cover: (a) Employer’s (Compulsory) Liability Insurance 10 000 000 GBP (in relation to any 1 claim or series of claims); and (b) Public Liability Insurance 5 000 000 GBP (in relation to any 1 claim or series of claims).
(1) Finance — See Section 5 of the PQQ (available to download at: https:// www.yortender.co.uk/procontract/supplier.nsf or available at the address set out in Sections I.1) and I.3) of this Notice). Economic operators must supply 1 of the documents described in Sections 5.1 (a) to 5.1 (d) in order to demonstrate financial standing as required under this Section 5. Failure to supply any 1 of either Sections 5.1 (a) to 5.1 (d) may result in exclusion. Economic operators will either pass or fail on the basis of being financially viable for the contract tendered for. The rationale applied will be that economic operators being able to demonstrate an annual turnover which is at least twice the annual value of the proposed Lot that is being bid for. Further to Section II.1.5) of this Notice above, the anticipated value of the Services being procured by the Council this time is approximately 140 000 GBP for Lot 1, and 230 000 GBP for Lot 2, over the initial 1st year of the contract plus the further twelve (12) month extension period, so economic operators must demonstrate a minimum turnover of at least 280 000 GBP for Lot 1, and 460 000 GBP for Lot 2. Further, if the economic operator indicates in their response to Section 5.3 of the PQQ that their parent or holding company is prepared to guarantee the performance of their company, the information provided in response to Section 5.3 will be used in the financial assessment of the economic operator.
(2) Insurance — See Section 7(B) of the PQQ (available to download at: https:// www.yortender.co.uk/procontract/supplier.nsf or available at the address set out in Sections I.1) and I.3) of this Notice). Failure to indicate ‘Yes’ to any of the required insurances stated in Section III.1.2) above will result in exclusion.
III.1.3)Technical and professional ability
(1) Relevant Experience and Contract Examples — Economic operators are asked to provide evidence of relevant experience and references in accordance with the requirements set out within Section 6 of the PQQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf or available at the address set out in Sections I.1) and I.3) of this Notice). Economic operators must provide details of up to 3 contracts, in any combination from either the public or private sector, that are relevant to the contracting authority’s requirements as described in the contracting authority’s Specification and Appendices thereto which can be found in the ‘Information and Instructions for Tenderers’ document. These contracts must have been performed during the past 3 years, and any named customer contact provided should be prepared to provide written evidence to the contracting authority to confirm the accuracy of the information provided. Consortia bids should provide relevant examples of where the consortium has delivered similar requirements; if this is not possible (e.g. the consortium is newly formed or a Special Purpose Vehicle(‘SPV’) will be created for this contract) then 3 separate examples should be provided between the principal member(s) of the proposed consortium or SPV (3 examples are not required from each member). Where the economic operator is a SPV, or a managing agent not intending to be the main provider of the supplies or services, the information requested should be provided in respect of the principal intended provider(s) or sub-contractor(s) who will deliver the supplies and services. Economic operators are asked to note that: (i) If economic operators need to use more than one (1) example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of 3 examples; (ii) The contracting authority reserves the right to confirm the accuracy of any information provided in response to Section 6 with any named customer contact(s). Any replies from any named customer contact(s) which lead the contracting authority, acting reasonably, to doubt any significant representations made in the economic operator’s responses to Section 6 of the PQQ may result in exclusion. If the economic operator cannot provide at least one (1) example for Sections 6 of the PQQ, then it must please provide an explanation for this in no more than five hundred (500) words (e.g. its organisation is a new start-up).
(2) Project Specific Questions to Assess Technical and Professional Ability — Circulation and Availability — Economic operators are asked to provide the information required under Section 7(A) of the PQQ (available to download at: https://www.yortender.co.uk or available at the address set out in Sections I.1) and I.3) of this Notice). The Law generally requires that statutory notices of the kind referred to under the proposed contract and specification need to be advertised in a local newspaper which is circulated in the area to which the relevant notice relates to. The contracting authority therefore needs to be satisfied that the economic operator’s newspaper(s) is/are widely available across the whole of the relevant catchment area for which they are bidding for. This is a Minimum Mandatory Requirement under the specification. Economic Operators are asked to confirm in response to Section 7(A1) of the PQQ if whether or not at the time the contracting authority published its Tender Documents that their newspaper(s) is/are currently available in the catchment area for which they are bidding for, and then to provide any supporting evidence that can demonstrate to the satisfaction of the contracting authority that their newspaper(s) is/are in fact available in All of the town centres listed within Section 7(A2) of the PQQ in the relevant catchment area for which they are bidding for economic operators should also consider Appendix 2 to the Specification when answering these questions.
A brief summary of the minimum levels is set out below. Economic operators should also see the guidance to economic operators on completing Sections 6 and 7(A) on pages 8 to 10 of the PQQ (available to download at (available to download at: https:// www.yortender.co.uk/procontract/supplier.nsf or is available at the address set out in Sections I.1) and I.3) of this Notice).
(1) Relevant Experience and Contract Examples — Responses to Section 6 of the PQQ will be scored as follows: Pass — The economic operator has provided Either: (i) At least 1 example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with the contract; Or (ii) A satisfactory reason as to why the economic operator is unable to provide any examples of previous contracts that are relevant to the contracting authority’s requirements under this procurement, and that meets the minimum requirements set out in Section 6.5. Fail — The economic operator has Either: (i) Failed to provide any examples of any previous contracts in response to Section 6, And has failed to provide a satisfactory reason as to why they were unable to provide any examples; Or (ii) The examples given in response to Section 6 do not demonstrate to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with the contract.
(2) Project Specific Questions to Assess Technical and Professional Ability — Circulation and Availability — Responses to Section 7(A) of the PQQ will be scored as follows: (i) A response of ‘No’ to Section 7(A1) below will be marked as a Fail and the economic operator will be excluded; (ii) Failure to demonstrate circulation in All of the town centres listed in Section 7(A2) below in the catchment area the Tenderer is bidding for will be marked as a Fail for the purposes of this section and will result in the Tender being excluded; (iii) Economic operators will also be marked as a Fail and excluded if they do not provide any supporting evidence/data/etc. whatsoever in response to Section 7(A2); (iv) When compiling their supporting evidence in response to Section 7(A2), economic operators should also note that, for the purposes of this Tender, the contracting authority is only interested in hard copy, physical newspaper circulation. The contracting authority will Not consider any response(s) which refer to the use of electronic newspapers, websites, blogs or any other digital media. Any responses which only refer publishing statutory notices digitally, and do not address physical newspaper circulation in All of the town centres listed in Section 7(A2) below for the catchment area for which they are bidding for will be marked as a Fail and will result in their Tender being excluded.
Section IV: Procedure
IV.1.1)Type of procedure
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
First Floor, Civic Centre III, Huddersfield, HD1 2TG.
Representatives of Corporate Procurement and Audit.
Section VI: Complementary information
VI.1)Information about recurrence
Further notices will be published at least six (6) months prior to the expiry of the contract, including any extension period.
VI.2)Information about electronic workflows
VI.3)Additional information:
Provided that the Tender is submitted fully in accordance with the requirements set out within the ‘Contracting Authority’s Minimum Specification’ and the remaining sections of the Tender Documents, the contract will be awarded on the basis of the most economically advantageous tender based on:
(i) One hundred (100)% Price:
Further specifics on the above Award Criteria can be found in the Tender Document published with this Notice.
Please note that Tenders will only be evaluated substantively once suitability of economic operators has been assessed in accordance with the PQQ, which will be marked on a pass or fail basis as detailed in the Suppliers’ Submission Document. Economic operators who fail to pass the minimum Selection Criteria within the PQQ will be excluded from the process at this stage and their Tender Submission will Not be subject to further evaluation. Economic operators found to be suitable by the Contracting Authority will proceed to have their submissions evaluated using the Award Criteria and the Evaluation Model set out in the Tender Documentation.
The Tender Documents are available to download at: www.yortender.co.uk
VI.4.1)Review body
N/A
United Kingdom
VI.4.3)Review procedure
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum 10 calendar day standstill period at the point that information on the conclusion of the contract is communicated to economic operators. This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the contract. Such additional information should be requested from the address at Sections I.1) and I.3) above. If an appeal regarding the award of the contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) 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). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than 3 months after that date. Where the contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ineffective.
VI.5)Date of dispatch of this notice:
Related Posts
Sponsorship Agency Services London
Roundabout Advertising Tender Sunderland
Out of Hours Advertising Tender London