Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Greenwich
3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich
London
SE18 6HQ
Contact
Mr Andrew Clark
andrew.clark@royalgreenwich.gov.uk
Telephone
+44 2089214334
Country
United Kingdom
NUTS code
UKI51 - Bexley and Greenwich
Internet address(es)
Main address
http://www.royalgreenwich.gov.uk/
Buyer's address
http://www.royalgreenwich.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://royalgreenwich.proactishosting.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://royalgreenwich.proactishosting.com/
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
SPS 2160 - Statutory Notices and Advertising Contract
Reference number
DN580041
two.1.2) Main CPV code
- 79341000 - Advertising services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is legally obliged to produce statutory notices, promote key services and provide information to residents to enable them to access its services. The awarded contractor will therefore be expected to provide a weekly publication, with a minimum guaranteed circulation delivered door to door in the borough. The publication will need to be delivered door to door in line with ABC audited reporting standards(see www.abc.org.uk for more details). If the contractor does not currently meet ABC audit rules, the Council will allow it a period of up to 9 months to gain ABC verification.
The Royal Borough of Greenwich cannot guarantee an on-going minimum or maximum volume of statutory notices and other advertising. However it is anticipated that the value of the minimum value of the contract will be approximately 40 000 GBP per annum and the maximum value will be around 150 000 GBP per annum.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
The Council is legally obliged to produce statutory notices, promote key services and provide information to residents to enable them to access its services. The awarded contractor will therefore be expected to provide a weekly publication, with a minimum guaranteed circulation delivered door to door in the borough. The publication will need to meet the criteria required to run statutory notices and will need to be delivered in line with ABC audited reporting standards (see www.abc.org.uk for more details). If the contractor does not currently meet ABC audit rules, the Council will allow it a period of up to 9 months to gain ABC verification.
The successful contractor will need to supplement door to door deliveries with copies of the publication being made available from pick up bins in hard to reach areas and online for residents who prefer to receive their information in a digital format. The contractor will also be expected to ensure that the advertisements are published in the context of engaging local editorial content which helps to positively inform local residents about the measures that their neighbours and local service providers are undertaking to make the borough a great place to live, work, learn and visit.
The period of contract will be 3 years with an option to extend the contract for a period of 24 months. Any extension of contract will only be exercised at the sole discretion of the Council.
The Royal Borough of Greenwich cannot guarantee an on-going minimum or maximum volume of statutory notices and other advertising. However it is anticipated that the value of the minimum value of the contract will be approximately 40 000 GBP and the maximum value will be around 150 000 GBP.
Price is not the only award criterion and all criteria are stated only in the procurement documents
The terms and conditions of contract that have been published alongside this
notice in the Invitation to tender (ITT) pack are subject to change before the ITT stage of this
process commences. The evaluation criteria will be based on the Most economically
advantageous tender (MEAT).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
An option to extend the contract for a period of 24 months. Any extension of contract will only be exercised at the sole discretion of the Council.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option to extend the contract for a period of 24 months. Any extension of contract will only be exercised at the sole discretion of the Council.
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
Price is not the only award criterion and all criteria are stated only in the procurement
documents.
This procurement will be managed electronically via the RBG Proactis Procontract
etendering
suite. To participate in the procurement, participants shall first be registered on
the e-tendering suite. If bidders have not yet registered on the e-tendering suite, this can be
done online at https://royalgreenwich.proactishosting.com/ by following the link
https://procontract.duenorth.com/register.
Please note that, to register, bidders must have a valid DUNS number (as provided by Dun
and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take some time please ensure that you
allow a sufficient amount of time to register. Full instructions can be found at
https://supplierhelp.due-north.com/
Once you have registered on the e-Tendering Suite, a registered user can express an interest
for a specific procurement. This is done by looking at the opportunities sections. The
registered user will receive a notification email to alert them once this has been done.
As a user of the e-Tendering Suite you will have access to proactis e-portal email messaging
service which facilitates all messages sent to you and from you in relation to any specific RFX
event. Please note, it is your responsibility to access these emails on a regular basis to
ensure you have sight of all relevant information applicable to this opportunity. For technical assistance on use of the e-Sourcing Suite please contact Proactis Helpdesk Freephone:
03450103503
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See tender documents for further information.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
2 December 2021
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 December 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales, Royal Courts of Justice
The Strand
London
WC1A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales, Royal Courts of Justice
The Strand
London
WC1A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
publiccorrespondence@cabinetoffice.gsi.gov.uk
Country
United Kingdom