Statutory Notice Advertising Tender – Huddersfield
The advertising in local newspapers of statutory notices aimed at reaching the whole borough of Kirklees.
United Kingdom-Huddersfield: Advertising and marketing services
2019/S 143-352521
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
High Street
Huddersfield, West Yorkshire
HD1 2EY
United Kingdom
Contact person: Mark McAdam — Head of Strategic Communications
Telephone: +44 1484221000
E-mail: mark.mcadam@kirklees.gov.uk
NUTS code: UKE44
Address of the buyer profile: https://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:
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 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 twenty-four (24) months with the successful economic operator on each lot, with the provision to extend each lot by up to 2 further twelve (12) month periods.
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 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 twenty-four (24) months with the successful economic operator on each lot, with the provision to extend each Lot by up to two further twelve (12) month periods.
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 to 60 of Directive 2014/24/EU of the European Parliament and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI 2015/102) (the ‘Regulations’), 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 economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire (‘SQ’) within the service providers’ submission document (i.e. Appendix 1), 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 above.
III.1.2)Economic and financial standing
See Section 4 of the SQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf). Economic operators must submit either a copy of the audited accounts for the most recent two (2) years if requested. If it cannot, then it must provide either:
(a) a statement of the turnover, profit and loss account/ income statement, balance sheet/ statement of financial position and Statement of cash flow for the most recent year of trading for this organisation;
(b) a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or
(c) alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).
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;
(b) the relationship to the economic operator completing the SQ; the 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).
Insurance:
See Section 8.1 of the SQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf). Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the commencement date of the contract, the levels of insurance cover indicated below:
(a) employer’s (compulsory) liability insurance 10 000 000 GBP (in relation to any one claim or series of claims);
(b) public liability insurance 5 000 000 GBP (in relation to any one claim or series of claims).
The rationale applied will be economic operators being able to demonstrate an annual turnover of at least equal to twice the maximum estimated annual contract value. Therefore, in order to ‘Pass’, economic operators must demonstrate a minimum annual turnover of at least one hundred and forty thousand GBP (140 000 GBP) for Lot 1 and two hundred and forty-two thousand GBP (242 000 GBP) for Lot 2. Further, economic operators will also be required to demonstrate a positive Net Worth for the previous two (2) years in order to ‘Pass’.
Failure by an economic operator to supply either a copy of the audited accounts for the most recent two (2) years or any one of the document listed in (a) – (c) in Section 4.1 of the SQ may also result in exclusion. Further, any answers which leads the contracting authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the economic operator’s ability to properly perform the contract) that it would be inappropriate to select the economic operator on this occasion may result in exclusion. In addition, if an economic operator indicates in Section 5 of the SQ that its parent or holding company is prepared to guarantee the performance of the economic operator’s company, the information provided in response to Sections 5.1 to 5.3 will be used in the financial assessment of the economic operator.
Insurance:
See 8.1 of the SQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf).
Failure to indicate ‘Yes’ to any of the required insurances stated in Section 8.1 will result in exclusion.
III.1.3)Technical and professional ability
Technical and professional ability:
See Section 6 of the SQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf).
Circulation and availability:
See Section 8.5 of the SQ (available to download at: https://www.yortender.co.uk). The law generally requires that statutory notices of the kind referred to within the tender documentation 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. Economic operators are asked to confirm in response to Section 8.5a of the SQ 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 8 of the SQ 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. Economic operators are also asked to confirm a minimum circulation figure per run in relation to the Lot(s) for which they are tendering in response to Section 8.5c of the SQ.
Pass – The Candidate has provided EITHER:
(a) at least one 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 contracting authority’s contract; or
(b) 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 the contract, and that meets the minimum requirements set out in Section 6.3 of the SQ.
However, economic operators are asked to note that:
(c) if economic operators need to use more than one example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of three (3) examples;
(d) The contracting authority reserves the right to confirm the accuracy of any information provided in response to Section 6 of the SQ 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 may result in exclusion.
Fail – the economic operator:
(a) has failed to provide any examples of any previous contracts in response to Section 6 of the SQ; and
(b) has failed to provide a satisfactory reason as to why they were unable to provide any examples; or
(c) the examples given in response to Section 6 of the SQ 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 contracting authority’s contract.
Circulation and availability:
Minimum level(s) of standards possibly required:
Responses to Section 8.5 of the SQ will be scored as follows:
(i) a response of ‘No’ to Section 8.5a 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 8.5b below in the catchment area the economic operator 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 8.5b;
(iv) when compiling their supporting evidence in response to Section 8.5b 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 8.5b 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;
(v) a response of ‘No’ to Section 8.5c will be marked as a ‘Fail’ and the economic operator will be excluded; (ii) failure to demonstrate and verify minimum circulation figures per run in relation to the lot(s) for which they are bidding will be marked as a ‘Fail’ for the purposes of this section and will result in the tender being excluded.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
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
The Council of the Borough of Kirklees, Civic Centre I, High Street, Huddersfield HD1 2NF.
Two (2) representatives from the corporate procurement team will open and record the electronic quotations received by the appointed time at the same time.
Section VI: Complementary information
VI.1)Information about recurrence
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 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 100 % price.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (‘SMEs’). However, any selection of economic operators will be based solely on the criteria set out for the procurement, and the contract will be awarded to the most economically advantageous tenderer(s).
Further specifics on the above award criteria can be found in the tender documentation 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 SQ, which will be marked on a pass or fail basis as detailed in the supplier submission document. Economic operators who fail to pass the minimum selection criteria within the SQ 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 Council will proceed to have their submissions evaluated using the award criteria 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), 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 ten (10) calendar day standstill period at the point that information on the award 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 to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this notice 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 thirty(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 three (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: