Tender

Media Buying Services (III) Framework

  • Welsh Government - Commercial Delivery

F02: Contract notice

Notice identifier: 2022/S 000-009311

Procurement identifier (OCID): ocds-h6vhtk-032afa

Published 6 April 2022, 4:52pm



Section one: Contracting authority

one.1) Name and addresses

Welsh Government - Commercial Delivery

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

Email

CommercialProcurement.PeopleCorporate@gov.wales

Telephone

+44 3007900170

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://gov.wales/public-sector-procurement

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/home.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/home.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/home.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

National Contracting Body


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Media Buying Services (III) Framework

Reference number

WGCD-PCS-116-22

two.1.2) Main CPV code

  • 79340000 - Advertising and marketing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Welsh Government Commercial Delivery on behalf of the Welsh Public Sector wishes to establish a collaborative Framework Agreement for Media Buying Services.

two.1.5) Estimated total value

Value excluding VAT: £16,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79340000 - Advertising and marketing services
  • 79341000 - Advertising services
  • 79341200 - Advertising management services
  • 79341400 - Advertising campaign services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This Framework will primarily be a function for buying media space and the placing of adverts and Public and Legal Notices in the chosen media, with the provision of basic design and typesetting. The award will be on the basis of a single source supplier for Wales.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

41

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 May 2022

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

9 May 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 41 months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Over 73 public sector organisation in Wales have committed to the Welsh Government Commercial Delivery (WGCD) in principle, including all Local Authorities, NHS bodies, Welsh Government, Welsh Government Sponsored Bodies, the Police, Fire and Rescue Services, Higher and Further Education.

In accordance with Regulation 33(5) of the Public Contracts Regulations 2015 (as amended), these procedures for awarding call-off contracts under the framework may be applied only between the contracting authorities clearly identified in the tender documentation.

A copy of this list has been uploaded in the suppliers attachment area of the ITT at the time the notice was published to ensure compliance with the requirements of the Public Contracts Regulations.

The Welsh Ministers (WGCD) will not be liable for any bidder costs arising from the non award of the framework.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=120337

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Bidders will be required to submit a Social Value Proposal, setting out how they will deliver Social Value through the Framework. The Framework Supplier will be expected to deliver and report on the subsequent delivery of Social Value detailed in their proposal, throughout the life of the Framework. Further information is available in the ITT.

(WA Ref:120337)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom