By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

SS1321 Tender for Public and Statutory Notice Advertising Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Kent County Council
Strategic Sourcing & Procurement - Corporate, Kent County Council, Room 3.39, Sessions House, County Hall
For the attention of: Nicola Daniels
ME14 1XQ Maidstone
UNITED KINGDOM
Telephone: +44 1622694585
E-mail:

Internet address(es):

General address of the contracting authority: www.kentbusinessportal.org.uk/procontract

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
SS1321 Tender for Public and Statutory Notice Advertising Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 13: Advertising services
Main site or location of works, place of delivery or of performance: Refer to tender documentation.

NUTS code UKJ

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
Kent County Council (KCC) is the lead authority in a procurement exercise to appoint a single supplier framework agreement to manage the publishing of Public and Statutory Notice Advertisements. In addition to KCC, It is intended that the resulting framework agreement is made available for use by other Unitary, District and Borough Councils in Kent and Medway. There is no guarantee of workload under the framework agreement from any authority.
The Supplier will be responsible for the advertising of notices of each authority in local newspapers throughout Kent that target the local communities affected by the orders. Kent County Council will as a minimum provide notices in relation to Traffic Regulation and Stopping Up Orders. Additional planning notices may be sourced from Kent County Council and other district councils.
The notices will be sourced from several contact points within each authority and the supplier will be expected to cover the whole County of Kent.
The Supplier will be responsible for placing the notice advertisements into the correct publication, at the correct time, to match the objection period related to the notice. Where multiple advertisements are placed into one paper the supplier will be responsible for their collation. Electronic copies of each advert are to be provided by the supplier to the Council for invoicing purposes. The contract is subject to meeting performance indicators relating to the invoicing, location and timing of advertisements.
Whilst no guarantee is given to the actual value of work to be let under the framework agreement, current expenditure by all users on public notice advertising from 1.3.2011 to 30.9.2013 was approximately GBP 387 000. The successful supplier will be expected to deliver value for money advertising and deliver savings wherever possible.
The framework agreement will commence upon 1.3.2014 and will continue for a period of thirty six (36) months until 28.2.2017 unless terminated in accordance with the framework agreement terms and conditions.
Should you wish to tender for this opportunity, please submit your expression of interest and submit your tender response via the Kent Business Portal no later than noon on 18.12.2013.
This opportunity is also being advertised via the Official Journal of the European Union (OJEU) and will be procured in accordance with the EC Directive and Public Contracts Regulations 2006.
Should you have any questions, please submit them via the Kent Business Portal, as instructed within the Invitation to Tender.
II.1.6)Common procurement vocabulary (CPV)

79341000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Refer to tender documentation
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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:
Refer to tender documentation
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Refer to tender documentation
III.2)Conditions for participation
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Refer to tender documentation
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(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 of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Refer to tender documentation
Minimum level(s) of standards possibly required: Refer to tender documentation
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Information and formalities necessary for evaluating if requirements are met:
Refer to tender documentation
Minimum level(s) of standards possibly required:
Refer to tender documentation
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: Refer to tender documentation
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SS1321
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.12.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
7.11.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Refer to tender documentation, which is available via the Kent Business Portal (ProContract). All tender responses must be submitted via the Kent Business Portal (ProContract) no later than 12 noon on 18.12.2013.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Kent County Council
Strategic Sourcing & Procurement - Corporate, Room 3.39, Sessions House, County Hall
ME141XQ Maidstone
UNITED KINGDOM
Telephone: +44 1622694585

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Kent County Council
Strategic Sourcing & Procurement - Corporate, Room 3.39 Sessions House, County Hall
ME141XQ Maidstone
UNITED KINGDOM
Telephone: +44 1622694585

VI.5)Date of dispatch of this notice:
7.11.2013