Contract notice

Information

Published

Date of dispatch of this notice: 06/12/2016

Expire date: 12/01/2017

External Reference: 2016-754898

TED Reference: 2016/S 237-431704

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
8th Floor, Phoenix House, 10 Wandsworth Rd
London
SW8 2LL
UK
Contact person: Prakash Bijwe
Telephone: +44 2079263722
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18216&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework of Providers
Reference number:  Lambeth Communications
II.1.2)

Main CPV code

79342000  -  Marketing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The framework of service providers will support both Lambeth Communications in respect of providing additional capacity and resource to grow trading; and Lambeth Council, to provide an additional resource.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 Market Research & Consultation
Lot No:  1
II.2.2)

Additional CPV code(s)

73110000  -  Research services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
79310000  -  Market research services
79315000  -  Social research services
79822500  -  Graphic design services
79961100  -  Advertising photography services
79961300  -  Specialised photography services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK wide
II.2.4)

Description of the procurement

The framework of service providers will support both Lambeth Communications in respect of providing additional capacity to resource trading and for in-house use. The area of specialism sought includes research and consultation.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The framework contract is subject to renewal after 36 months. The Council may wish to extend for up to 24 months.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10  /  Maximum number: 20
Objective criteria for choosing the limited number of candidates:
See tender documentation.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2 Photography & Film Production
Lot No:  2
II.2.2)

Additional CPV code(s)

73110000  -  Research services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
79310000  -  Market research services
79315000  -  Social research services
79822500  -  Graphic design services
79961100  -  Advertising photography services
79961300  -  Specialised photography services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK wide
II.2.4)

Description of the procurement

The framework of service providers will support both Lambeth Communications in respect of providing additional capacity to resource trading and for in-house use. The area of specialism sought includes photography and film production.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The framework contract is subject to renewal after 36 months. The Council may wish to extend for up to 24 months.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10  /  Maximum number: 30
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 3 Graphic Design
Lot No:  3
II.2.2)

Additional CPV code(s)

73110000  -  Research services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
79310000  -  Market research services
79315000  -  Social research services
79822500  -  Graphic design services
79961100  -  Advertising photography services
79961300  -  Specialised photography services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The framework of service providers will support both Lambeth Communications in respect of providing additional capacity to resource trading and for in-house use. The area of specialism sought includes graphic design.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The framework contract is subject to renewal after 36 months. The Council may wish to extend for up to 24 months.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10  /  Maximum number: 30
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 4 Digital & Social Media Marketing
Lot No:  4
II.2.2)

Additional CPV code(s)

73110000  -  Research services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
79310000  -  Market research services
79315000  -  Social research services
79822500  -  Graphic design services
79961100  -  Advertising photography services
79961300  -  Specialised photography services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK wide
II.2.4)

Description of the procurement

The framework of service providers will support both Lambeth Communications in respect of providing additional capacity to resource trading and for in-house use. The area of specialism sought includes digital/social media marketing.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The framework contract is subject to renewal after 36 months. The Council may wish to extend for up to 24 months.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10  /  Maximum number: 20
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  30
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/01/2017
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/02/2017
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Hight Court of Justice of England and Wales
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

n/a
n/a
UK

VI.5)

Date of dispatch of this notice

07/12/2016