{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000501994-2017-10-24T00:00:00Z",
    "date": "2017-10-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000501994",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-91",
            "name": "Moray Council",
            "identifier": {
                "legalName": "Moray Council"
            },
            "address": {
                "streetAddress": "High Street",
                "locality": "Elgin",
                "region": "UKM62",
                "postalCode": "IV30 1BX"
            },
            "contactPoint": {
                "email": "procurement@moray.gov.uk",
                "telephone": "+44 1343563137",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.moray.gov.uk"
            }
        },
        {
            "id": "org-11",
            "name": "Moray Council",
            "identifier": {
                "legalName": "Moray Council"
            },
            "address": {
                "streetAddress": "High Street",
                "locality": "Elgin",
                "region": "UKM62",
                "postalCode": "IV30 1BX"
            },
            "contactPoint": {
                "email": "procurement@moray.gov.uk",
                "telephone": "+44 1343563137",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.moray.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Moray Council",
        "id": "org-11"
    },
    "tender": {
        "id": "17/0011",
        "title": "17/0011 Advertising Services",
        "description": "The Moray Council is seeking to re-tender a single supplier Framework Agreement to provide a quality Fully Managed Service for our advertising requirements. The supplier will act as our agent and will liaise with various media/publications on our behalf. The framework agreement period will be three years with the possibility to extend for up to one additional year.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79341000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Moray"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM62"
                    },
                    {
                        "region": "UKM62"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 360000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-07-31T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-07-31T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL288036",
                "documentType": "contractNotice",
                "title": "17/0011 Advertising Services",
                "description": "The Moray Council is seeking to re-tender a single supplier Framework Agreement to provide a quality Fully Managed Service for our advertising requirements. The supplier will act as our agent and will liaise with various media/publications on our behalf. The framework agreement period will be three years with the possibility to extend for up to one additional year.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL288036",
                "format": "text/html"
            },
            {
                "id": "OCT299146",
                "documentType": "awardNotice",
                "title": "17/0011 Advertising Services",
                "description": "The Moray Council is seeking to re-tender a single supplier Framework Agreement to provide a quality Fully Managed Service for our advertising requirements. The supplier will act as our agent and will liaise with various media/publications on our behalf. The framework agreement period will be three years with the possibility to extend for up to one additional year.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT299146",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Moray Council is seeking to re-tender a single supplier Framework Agreement to provide a quality Fully Managed Service for our advertising requirements. The supplier will act as our agent and will liaise with various media/publications on our behalf. The framework agreement period will be three years with the possibility to extend for up to one additional year.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "July 2021"
                }
            }
        ],
        "bidOpening": {
            "date": "2017-07-31T12:00:00Z",
            "address": {
                "streetAddress": "Elgin"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "4D.1 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. 4A.2 Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of 170,000 GBP for the last 2 years 4B.5.1 4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Public Liability Insurance =5,000,000 GBP Professional Indemnity Insurance = 5,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C.2 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 4C.3 Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. 4C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. 4C.7 Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Policy",
                    "minimum": "4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "79341000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "July 2021"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 125-254536"
        }
    ],
    "description": "(SC Ref:513315)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000501994"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000501994"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "17/0011",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "17/0011",
            "awardID": "17/0011",
            "status": "active",
            "dateSigned": "2017-09-26T00:00:00Z"
        }
    ]
}