Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Council of the Borough of Kirklees
Town Hall
Huddersfield
HD1 2HQ
UK
E-mail: procurement@kirklees.gov.uk
NUTS: UKE44
Internet address(es)
Main address: www.kirklees.gov.uk
Address of the buyer profile: https://yortender.eu-supply.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://yortender.eu-supply.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://yortender.eu-supply.com
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
Marketing and Communications - Kirklees Year of Music 2023 & WOVEN in Kirklees 2023
Reference number: KMCCW-038
II.1.2) Main CPV code
79000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council of the Borough of Kirklees is looking to appoint a full-service specialist cultural / music marketing and communications agency to create a total project strategy and lead the campaign delivery to ensure the Kirklees Year of Music 2023 Project (KYOM2023) and WOVEN in Kirklees 2023 festival to achieve their target outcomes and demonstrate KPIs (Key performance Indicators).
II.1.5) Estimated total value
Value excluding VAT:
450 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79340000
79413000
79990000
II.2.3) Place of performance
NUTS code:
UKE44
Main site or place of performance:
Kirklees, West Yorkshire, UK
II.2.4) Description of the procurement
Tenders are invited by Kirklees Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity to provide Marketing and Communications for the Kirklees Year of Music 2023 and WOVEN in Kirklees 2023.
The anticipated commencement date for the Contract is October 2022 and will run until 31 March 2024. Exact start date subject to the conclusion of this procurement process.
Further details regarding the Services required are set out in the Procurement documents that are available for interested suppliers to access from https://yortender.eu-supply.com
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
450 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: No
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
This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Services described in the procurement documents which can be found at https://yortender.eu-supply.com
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:
In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI 2015/102) (the 'Regulations'),which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to
exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire ('SQ') within the Tenderers' Submission Document, which is available to download at: https://yortender.eu-supply.com or is available at the address set out in Sections I.1) and I.3) of this Notice above
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.1.8) 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:
05/08/2022
Local time: 13:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
05/08/2022
Local time: 13:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Provided that the tender is submitted fully in accordance with the requirements set out in all sections of the procurement documents, the contract will be awarded on the basis of the Most Economically Advantageous Tender based on 70% Quality and 30% Price.
Further specifics on the above award criteria can be found in the procurement documentation that is available to access at https://yortender.eu-supply.com
VI.4) Procedures for review
VI.4.1) Review body
High Court of England & Wales
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within
thirty(30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date.
Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective
VI.5) Date of dispatch of this notice
06/07/2022