Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Newport City Council
Civic Centre
Newport
NP20 4UR
UK
Contact person: Joanne James
Telephone: +44 1633656656
E-mail: joanneclaire.james@newport.gov.uk
NUTS: UKL21
Internet address(es)
Main address: www.newport.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0273
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk
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
Contract for Partners to Manage Advertising & Sponsorship Assets
Reference number: NCC-2017-025
II.1.2) Main CPV code
79341000
II.1.3) Type of contract
Services
II.1.4) Short description
Newport City Council invites expressions of interest from suitably qualified and experienced organisations to pro-actively improve the Council's revenue from advertising and sponsorship.
Newport is Wales’ third largest city and offers strong opportunity for advertisers and sponsors to interact with its local population and significant number of visitors to the area’s national-level cultural and sporting venues, including the Wales National Velodrome and Celtic Manor Resort.
The Council wishes to appoint Service Provider(s) to implement advertising and sponsorship inventory using the Council's assets. The Council’s goal is either guaranteed annual income and / or a share of profits (net of all costs).
Newport has significant opportunities for Service Provider(s) to implement and sell highly lucrative locations for Large-format advertising, Lamp column advertising, and Sponsorship of roundabouts / boundary signage / verges / bridges.
For more detail see 11.2 Description
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
All three lots
II.2) Description
Lot No: 1
II.2.1) Title
Large-format advertising: Adjacent to A roads, highways, & other high profile locations [including fixed, scrolling, illuminated, digital, other types].
II.2.2) Additional CPV code(s)
79341000
79341200
II.2.3) Place of performance
NUTS code:
UKL21
II.2.4) Description of the procurement
The Council offers a range of locations identified as suitable for implementation of advertising by the successful Service Provider which may include:
- 48-sheet
- 96-sheet
- Large gateway advertising structures at high-traffic entries to the council area, or near major roads
- Other large-format sizes
- Both permanent sites and finite-duration temporary sites [for example at locations of regeneration, refurbishment, construction, demolition].
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 180
This contract is subject to renewal: Yes
Description of renewals:
Any extension to this Lot will be agreed prior to the final ITT being issued
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
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
The duration as stated in 11.2.7 is only indicative. The actual duration for this lot along with any extension will be agreed prior to the final ITT being issued.
Lot No: 2
II.2.1) Title
Lamp column advertising: Within towns, car parks, adjacent to retail areas, sporting and cultural venues.
II.2.2) Additional CPV code(s)
79341000
79341200
II.2.3) Place of performance
NUTS code:
UKL21
II.2.4) Description of the procurement
The advertising may include:
- Lamp column banners;
- Illuminated advertising panels;
- Advertisements wrapped around base of lamp columns.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
Any extension to this Lot will be agreed prior to the final ITT being issued.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
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
The duration as stated in 11.2.7 is only indicative. The actual duration for this Lot along with any extension will be agreed prior to the final ITT being issued.
Lot No: 3
II.2.1) Title
Sponsorship: Of roundabouts / boundary signage / verges / bridges / other Council assets.
II.2.2) Additional CPV code(s)
79341000
79341200
II.2.3) Place of performance
NUTS code:
UKL21
II.2.4) Description of the procurement
This may include the sponsorship of:
- roundabouts
- boundary signage
- verges
- bridges &
- other Council assets
The Council currently have a contract for this requirement which is due to expire 31 March 2018 and any TUPE information will be made available when the first ITT is issued
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
Any extension will be agreed prior to the final ITT being issued
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
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
The duration as stated in 11.2.7 is only indicative. The actual duration for this lot along with any extension will be agreed prior to the final ITT being issued.
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
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:
20/12/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
19/01/2018
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: 8 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Not known at this time as final duration of contracts will be agreed prior to the final ITT being issued
VI.3) Additional information
The Council's GIS data showing council asset / land ownership will be made available to the selected providers when the first ITT is issued.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=72735
(WA Ref:72735)
VI.4) Procedures for review
VI.4.1) Review body
Newport City Council
Civic Centre
Newport
NP20 4UR
UK
Telephone: +44 1633656656
Internet address(es)
URL: www.newport.gov.uk
VI.5) Date of dispatch of this notice
07/11/2017