Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
Corporate Procurement
corporateprocurement@northlan.gov.uk
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.northlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Advertising, Recruitment & Public Information Notices
Reference number
NLC-CPT-23-043
two.1.2) Main CPV code
- 79341000 - Advertising services
two.1.3) Type of contract
Services
two.1.4) Short description
North Lanarkshire Council (the "Council") intend to award a Contract to a single service provider for the provision of Advertising, Recruitment & Public Information Notices.
two.1.5) Estimated total value
Value excluding VAT: £1,039,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79341000 - Advertising services
- 79340000 - Advertising and marketing services
- 79341400 - Advertising campaign services
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
The following information is intended to give Candidates an overview of the high level requirements.
.
Requirements: The Council seek an external supplier (single supplier contract) to work with and on behalf of the Council’s Corporate Communications Service to plan, buy, book and manage media space for advertising, recruitment advertising and public information notices in Scotland, UK and Ireland and overseas as required.
.
The Contract must be carried out in accordance with the information provided within this Contract Notice; information and the ITT documentation in PCS-T tendering; .
.
Tenders must be submitted for the full requirements; only tenders submitted on this basis will be considered.
.
Tenderers must respond to a range of Selection Questions within the PCS-T Qualification Envelope.
.
Tenderers must download and complete a range of Award based questions and statements located within the PCS-T Technical Envelope.
.
Tenderers must download, complete and upload to PCS-Commercial envelope.
.
All documentation located within PCS-Tender Supplier Attachment Area.
.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial period of the Contract will be 24 months with the option for the Council to extend for up to a further 24 months in 2 x 12 month extensions. The extension periods will be at the Council's sole discretion.
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
two.2.14) Additional information
PLEASE BE AWARE OF THE EXCLUSION GROUNDS.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must respond to SPD Questions 4B.Financial Ratio, 4B.5.1b and 4B.5.2.
Minimum level(s) of standards possibly required
4B.5.1b, 4B.5.2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
-Employer’s (Compulsory) Liability Insurance = 10000000 GBP
-Public Liability Insurance = 5000000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
.
Bidders will be required to have an: “Acid Test” financial ratio of 1.00. The “Acid Test” financial ratio will be calculated as follows: Liquid Assets (Cash and Cash Equivalents + Marketable Securities + Accounts Receivable) / Current Liabilities
Minimum Requirement: 1.0. Start Date: Financial year 2021; End Date: Financial 2022
.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2019/S 143-352197
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 August 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 August 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Tendering for future requirements will commence approximately 6 months prior to the expiry of the contract/extension period.
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24789. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please refer to the ITT Pack in the Supplier Attachment Area within PCS-Tender for details.
(SC Ref:739475)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom
Internet address
http://www.northlanarkshire.gov.uk
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.