Outdoor Media Consultancy Services for Westminster City Council
Advertising management services. Westminster City Council (WCC) invites applicants for an innovative Outdoor Media partner to provide Outdoor Media consultancy services within the Council’s borough.
UK-London: Advertising services
2013/S 112-191746
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Westminster City Council
Westminster City Hall, 14th Floor, West
Contact point(s): Westminster City Council, Attn: David Ng
For the attention of: David Ng
SW1E 6QP London
UNITED KINGDOM
Telephone: +44 2076414812
E-mail: dng@westminster.gov.uk
Internet address(es):
General address of the contracting authority: www.westminster.gov.uk
Address of the buyer profile: As in above-mentioned contact point(s)
Electronic access to information: As in above-mentioned contact point(s)
Electronic submission of tenders and requests to participate: As in above-mentioned contact point(s)
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
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 UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79341000 – FG10 – DA13, 79340000, 79341100, 79341200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
In addition the Council is seeking to contract with an organisation that culturally fits in with the Council’s ways of working which are: (a) to demonstrate value; (b) continuous improvement; and (c) proactive delivery.
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.1.1)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
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: Candidates will be assessed on the basis of information provided in response to the pre-qualification questionnaire (“PQQ”) copies of which is available via David Ng by email on dng@westminster.gov.uk.
Completed PQQs must be returned to the Council via the named contact stated in I.1 before the deadline specified in Section IV.3.4 below.
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
Candidates will be assessed on the basis of information provided in response to the pre-qualification questionnaire (“PQQ”) copies of which is available via the contact named at I.1.
Completed PQQs must be returned to the Council by email to dng@westminster.gov.uk before the deadline specified in Section IV.3.4 below.
Minimum level(s) of standards possibly required: Sections 5 to 12 (inclusive) 14.4 and 15 of the Pre-Qualification Questionnaire shall be scored using Table 2. The minimum acceptable standard is 50% (which in this system would receive scores of at least 5 ) is full compliance with the relevant legislation and full compliance with good industry practice, which is the standard that an experienced, competent and properly qualified supplier in the field of those services would adhere to in the case of a contract for similar services and of a similar value/size as the contracts which the Councils are proposing to let.
Section 13 of the Pre-Qualification Questionnaire must be passed if your organisation is to be selected to tender. The minimum acceptable standard for this section is public liability cover of £10 million, professional indemnity cover of £5 million and employer’s liability cover of £10 million in each case on usual insurance industry terms and with no unusual exclusions or levels of excess. Other levels of cover will be scored proportionately.
III.2.3)Technical capacity
As set out in the pre-qualification questionnaire (‘PQQ’).
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire (‘PQQ’).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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: As set out in the pre-qualification questionnaire (‘PQQ’).
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
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
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
High Court
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
The Council will incorporate a minimum 10 calendar day standstill period prior to the award of the Contract. The purpose of this standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:
UK-London: Advertising services
2013/S 112-191746
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Westminster City Council
Westminster City Hall, 14th Floor, West
Contact point(s): Westminster City Council, Attn: David Ng
For the attention of: David Ng
SW1E 6QP London
UNITED KINGDOM
Telephone: +44 2076414812
E-mail: dng@westminster.gov.uk
Internet address(es):
General address of the contracting authority: www.westminster.gov.uk
Address of the buyer profile: As in above-mentioned contact point(s)
Electronic access to information: As in above-mentioned contact point(s)
Electronic submission of tenders and requests to participate: As in above-mentioned contact point(s)
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
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 UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79341000 – FG10 – DA13, 79340000, 79341100, 79341200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
In addition the Council is seeking to contract with an organisation that culturally fits in with the Council’s ways of working which are: (a) to demonstrate value; (b) continuous improvement; and (c) proactive delivery.
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.1.1)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
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: Candidates will be assessed on the basis of information provided in response to the pre-qualification questionnaire (“PQQ”) copies of which is available via David Ng by email on dng@westminster.gov.uk.
Completed PQQs must be returned to the Council via the named contact stated in I.1 before the deadline specified in Section IV.3.4 below.
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
Candidates will be assessed on the basis of information provided in response to the pre-qualification questionnaire (“PQQ”) copies of which is available via the contact named at I.1.
Completed PQQs must be returned to the Council by email to dng@westminster.gov.uk before the deadline specified in Section IV.3.4 below.
Minimum level(s) of standards possibly required: Sections 5 to 12 (inclusive) 14.4 and 15 of the Pre-Qualification Questionnaire shall be scored using Table 2. The minimum acceptable standard is 50% (which in this system would receive scores of at least 5 ) is full compliance with the relevant legislation and full compliance with good industry practice, which is the standard that an experienced, competent and properly qualified supplier in the field of those services would adhere to in the case of a contract for similar services and of a similar value/size as the contracts which the Councils are proposing to let.
Section 13 of the Pre-Qualification Questionnaire must be passed if your organisation is to be selected to tender. The minimum acceptable standard for this section is public liability cover of £10 million, professional indemnity cover of £5 million and employer’s liability cover of £10 million in each case on usual insurance industry terms and with no unusual exclusions or levels of excess. Other levels of cover will be scored proportionately.
III.2.3)Technical capacity
As set out in the pre-qualification questionnaire (‘PQQ’).
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire (‘PQQ’).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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: As set out in the pre-qualification questionnaire (‘PQQ’).
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
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
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
High Court
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
The Council will incorporate a minimum 10 calendar day standstill period prior to the award of the Contract. The purpose of this standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:7.6.2013