Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityOther: nuclear decommissioning
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: LLW Repository Limited
Official name: International Nuclear Services Limited
Official name: Nuclear Decommissioning Authority
Official name: 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 performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Cumbria.
NUTS code UKD 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 agreementFramework 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 value excluding VAT:
Range: between 2 000 000 and 3 000 000 GBP
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)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants 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 value excluding VAT:
Range: between 2 000 000 and 3 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration 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 conditionsThe 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 registersInformation 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 abilityInformation 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.2.3)Technical capacityInformation 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.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate7.1.2015 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe 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 proceduresOfficial name: Sellafield Ltd
Postal address: Banna Court, Ingwell Drive, Westlakes Science Park, Cumbria
Town: Moor Row
Postal code: CA24 3HW
Internet address: http://www.sellafieldsites.com
Body responsible for mediation procedures
Official name: London Court of International Arbitration
Postal address: 70 Fleet Street
Town: London
Postal code: EC4 1EU
Country: United Kingdom
E-mail: lcia@lcia.org
Telephone: +44 2079367007
Fax: +44 2079367008
VI.4.2)Lodging of appealsPrecise 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 obtainedOfficial name: As per VI.4.1
VI.5)Date of dispatch of this notice:14.11.2014