Contract notice

Information

Published

Date of dispatch of this notice: 14/11/2014

Expire date: 07/01/2015

External Reference: 2014-485846

TED Reference: 2014/S 222-392757

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Sellafield Ltd
01002607
Hinton House, Birchwood Park Avenue, Risley
WA3 6GR  Warrington
UK
For the attention of: Matthew Armstrong
Telephone: +44 1925834104
E-mail: Matt.Armstrong@sellafieldsites.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Other: Nuclear Decommissioning
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
LLW Repository Limited
International Nuclear Services Limited
Nuclear Decommissioning Authority
Direct Rail Services Limited

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Corporate Communications Support Framework

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No27:  Other services
    Main site or location of works, place of delivery or of performance:

    Cumbria

    NUTS code
    NORTH WEST (ENGLAND)
    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: 4
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  2000000  and 3000000  GBP
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    Provision of Corporate Communications Support to include the following;

    • The development and execution of multi-media communication campaigns

    • Graphic Design work

    • The provision of public relations photography services, including aerial photography

    • The management and development of the client(s) brands

    • Video production, including storyboard development, filming (including art direction) and post production, with final files compatible with all broadcast and digital platforms

    • Social media campaigns and guidance on best-practice in relation to digital communications

    • The execution of feedback and evaluation activities to measure the effectiveness of specific communication tactics and the success of the overall strategy, building in improvements as appropriate

    • The development, delivery and testing of functional document templates, including ongoing maintenance and support

    • Sub-editing of the Sellafield Ltd internal newspaper

    II.1.6)

    Common procurement vocabulary (CPV)

    79340000   Advertising and marketing services
    79342000   Marketing services
    79933000   Design support services
    79342200   Promotional services
    79961000   Photographic services
    79341200   Advertising management services
    79822500   Graphic design services
    79341000   Advertising services
    79800000   Printing and related services
    79810000   Printing services
    79811000   Digital printing services
    92110000   Motion picture and video tape production and related services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    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:

    Provision of Corporate Communications Support to include the following;

    • The development and execution of multi-media communication campaigns

    • Graphic Design work

    • The provision of public relations photography services, including aerial photography

    • The management and development of the client(s) brands

    • Video production, including storyboard development, filming (including art direction) and post production, with final files compatible with all broadcast and digital platforms

    • Social media campaigns and guidance on best-practice in relation to digital communications

    • The execution of feedback and evaluation activities to measure the effectiveness of specific communication tactics and the success of the overall strategy, building in improvements as appropriate

    • The development, delivery and testing of functional document templates, including ongoing maintenance and support

    • Sub-editing of the Sellafield Ltd internal newspaper

    Estimated cost excluding VAT
    Range: between  2000000  and 3000000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (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:

    Parent company guarantees may be required at Sellafield Ltd’s discretion

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Payment terms will be as stated in Sellafield’s tender documents.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    No legal form is required, but in the event of a group of contractors submitting an acceptable offer, it will be necessary to provide an undertaking that each company or firm will be jointly and severally responsible for the due performance of the contract.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Tenderers will be required to provide information as requested via Sellafield Ltd’s CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.

    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:

    Tenderers will be required to provide information as requested via Sellafield Ltd’s CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Tenderers will be required to provide information as requested via Sellafield Ltd’s CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Tenderers will be required to provide information as requested via Sellafield Ltd’s CTM system or via the nominated Sellafield Ltd representative, details of which are set out at section I.1 of this notice. These details are a mandatory requirement for being eligible to participate in the tender.

    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: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    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: no
    IV.3)

    Administrative information

    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

    07.01.2015 - 13:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    EN
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    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:

    Tenderers must register their interest, obtain further information for this contract and submit their tender response via Sellafield Ltd’s CTM system which can be found at the following address

    https://sharedsystems.eu-supply.com/login.asp?B=SELLAFIELD&target=&timeout=

    Initial registration of your company is achieved by using the above site and then clicking on Company Registration.

    For guidance on using/registering for CTM please access the training pages from Sellafield Ltd’s website which can be found at the following address

    http://www.sellafieldsites.com/

    Use of CTM is not a qualification criteria but is Sellafield Ltd’s preferred method for submissions. Further details can be obtained regarding this contract and/or CTM through the nominated Sellafield Ltd representative detailed in this notice.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    Sellafield Ltd
    Banna Court, Ingwell Drive, Westlakes Science Park
    CA24 3HW  Moor Row, Cumbria
     

    Body responsible for mediation procedures

    London Court of International Arbitration
    70 Fleet Street
    EC4 1EU  London
    UK
    Telephone: +44 2079367007
    E-mail: lcia@lcia.org
    Fax: +44 2079367008
    Internet address:
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    The Deadline for lodging an appeal shall be in accordance with the provisions of regulation 32 of the Public Contracts Regulations 2006 (S.I 2006 No.5)

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    As per VI.4.1
    Internet address: