Contract notice
Section I: Contracting
authority
I.1) Name and addresses
King's College London
Strand
London
WC2R 2LS
UK
Telephone: +44 2078484431
E-mail: gerr.burns@kcl.ac.uk
NUTS: UKI
Internet address(es)
Main address: www.kcl.ac.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.kcl.ac.uk/aboutkings/orgstructure/ps/procurement/suppliers/index.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/kcl/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
KCL-00001178 Creative and Campaign Services
Reference number: KCL-00001178
II.1.2) Main CPV code
79341400
II.1.3) Type of contract
Services
II.1.4) Short description
This tender aims to create a balanced set of 4-year Framework Agreements to provide creative and campaign services for King’s College London that can be considered truly excellent, not only in the higher education sector, but in the design and marketing sectors in general. These Framework Agreements will cover a range of tactical and conceptual design and campaign services at the university. There is a high annual aggregate spend on related services (circa 1 460 000 GBP). However the required services will be of mixed value and for varied lengths of time depending on the particular project.
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
II.2.4) Description of the procurement
This tender aims to create a balanced set of 4-year Framework Agreements to provide creative and campaign services for King’s College London that can be considered truly excellent, not only in the higher education sector, but in the design and marketing sectors in general. These Framework Agreements will cover a range of tactical and conceptual design and campaign services at the university. There is a high annual aggregate spend on related services (circa 1 460 000 GBP). However the required services will be of mixed value and for varied lengths of time depending on the particular project. King’s is looking to work with a number of partners to provide general creative design services, and to develop and deliver our brand and marketing campaigns. This will include creative proposition development, the creation and execution of conceptual and tactical solutions across all media, plus production and art working services, as well as full campaign development and implementation. Please note that some top-level strategic solutions/campaigns are outside the scope of this framework, as are some exhibitions which for artistic and IP exclusivity reasons may require a specified sole provider. Agencies will be asked to specify which specialist area(s) of work they can supply.
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:
6 000 000.00
GBP
II.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:
Will be tendered again in 4 years. The scope may change.
II.2.9) Information about the limits on the number of candidates to be invited
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.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 50
Justification for any framework agreement duration exceeding 4 years: It will not exceed 4 years
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/03/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
31/07/2019
IV.2.7) Conditions for opening of tenders
Date:
26/03/2019
Local time: 12:15
Place:
Actually online. Physically in London
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
4 years.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
VI.3) Additional information
We are working towards electronic invoicing for all suppliers. The ones currently being e-invoiced are mainly bought in goods from e-catalogues.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
E-mail: comct.registry@hmcourts-service.gsi.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
19/02/2019