Scape Group Limited (trading as SCAPE): Public Relations and Marketing Strategic Communications Contract

  Scape Group Limited (trading as SCAPE) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Public Relations and Marketing Strategic Communications Contract
Notice type: Contract Notice
Authority: Scape Group Limited (trading as SCAPE)
Nature of contract: Services
Procedure: Restricted
Short Description: Scape is seeking expressions of interest from suitably experienced organisations to provide Public Relations (PR) and associated marketing services across the whole of England, Wales, Scotland and Northern Ireland as described within the Procurement documentation. Scape is open to receiving responses from consortia, joint ventures, strategic alliances and other such arrangements, however such organisations will be required to form a single legal entity to contract with prior to the award of the contract and provide appropriate guarantees and security packages commensurate with the services. The specific services that will provided under the Contract cannot be clearly defined at this stage, however the nature and types of services that may be required will include those services identified by the CPV codes. The successful Bidder will be required to work with the in-house Marketing service providers of Scape.
Published: 25/04/2019 17:03
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Nottingham: Public relations services.
Section I: Contracting Authority
      I.1) Name and addresses
             Scape Group Limited, 05660357
             2nd Level, Tollhouse Hill, City Gate West, Nottingham, NG1 5AT, United Kingdom
             Email: nickt@scapegroup.co.uk
             Contact: Nick Taylor
             Main Address: http://www.scapegroup.co.uk, Address of the buyer profile: http://www.scapegroup.co.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Public-relations-services./8Y9D9F8HJJ
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/8Y9D9F8HJJ to the abovementioned address       
      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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Public Relations and Marketing Strategic Communications Contract       
      Reference Number: GRP004
      II.1.2) Main CPV Code:
      79416000 - Public relations services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Scape is seeking expressions of interest from suitably experienced organisations to provide Public Relations (PR) and associated marketing services across the whole of England, Wales, Scotland and Northern Ireland as described within the Procurement documentation.
Scape is open to receiving responses from consortia, joint ventures, strategic alliances and other such arrangements, however such organisations will be required to form a single legal entity to contract with prior to the award of the contract and provide appropriate guarantees and security packages commensurate with the services.
The specific services that will provided under the Contract cannot be clearly defined at this stage, however the nature and types of services that may be required will include those services identified by the CPV codes.
The successful Bidder will be required to work with the in-house Marketing service providers of Scape.       
      II.1.5) Estimated total value:
      Value excluding VAT: 500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79416100 - Public relations management services.
      79416200 - Public relations consultancy services.
      79300000 - Market and economic research; polling and statistics.
      79310000 - Market research services.
      79416000 - Public relations services.
      79312000 - Market-testing services.
      79340000 - Advertising and marketing services.
      79342000 - Marketing services.
      79342100 - Direct marketing services.
      79413000 - Marketing management consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Scape, through this Procurement exercise, is seeking to enter a Contractual Agreement with a single successful Bidder or consortium. That successful Bidder will become the delivery partner and will be supported by their extended supply chain to establish the ongoing support of Scape’s marketing team providing PR and Marketing services.
Experience of previous Procurement exercises, coupled with user feedback, has confirmed that engagement with a single delivery partner or consortium of bidders, supported by their supply chain enables the successful Bidder to deliver cost and quality benefits, innovation, continuous improvement and allows immediate engagement in delivering the services in an effective manner. Industry research and knowledge confirms that there are numerous bidders that are able to deliver these services encompassing the value spread associated with this Contract.
The Contract will be for a period of 5 years. This will comprise of an initial period of two (2) years followed by annual increments up to a maximum of five (5) years, 2 + 1 + 1 +1. At the commencement of the Contract there will be an initial period of up to 12 weeks during which Scape Group and the successful Bidder will work together to establish clear operating protocols and standards for the period of the Contract. However, the Contract will be operational and available for call off from the commencement date.
The current UK wide Contract is due to expire on 31st January 2020 and until that date call-offs will continue, and delivery of these projects will also continue until the new Contract and Delivery Partner are confirmed. The successful Bidder as the new delivery partner will be required to work alongside the outgoing/previous framework provider.
Further arrangements may be required by Scape if it establishes that this arrangement is limited by capacity or there is a need to meet the requirements of a specific work stream. Quarterly reviews will be undertaken by the management team and a new framework exercise undertaken if the need arises. Any further Procurement exercises will be independent of, and will not affect, the arrangements with the successful Bidder appointed pursuant to this Procurement exercise, although there may be some overlap.
The form of the Contract to be entered into by the successful Bidder will be drafted in accordance with and take into account the specific needs of Scape and will be included in the ITT. The Contract will be entered into by Scape and the successful Bidder, with call off agreements being contracted directly between Scape’s marketing and communications team and the new Contract delivery partner.
Delta;
Scape is using the Delta eSourcing web-based service to manage this procurement.
Suppliers must read through these instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on: http://delta-esourcing.com/delta You must register on this site to respond for this procurement, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder linkon the homepage.
Suppliers must log in, go to Response Manager and add the following access code: 8Y9D9F8HJJ . Please ensure you follow any instruction provided to you there.
The deadline for submitting your response is stated within the Delta eSourcing suite, this contract notice and the PQQ document. Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially when uploading documents. Scape will not be held accountable for any errors made by Suppliers in submitting their completed PQQ.
If you experience any technical difficulties with the Delta eSourcing suite please contact the Delta eSourcing help desk on +44 8452707050 or email:helpdesk@delta-esourcing.com
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 50
            Quality criterion - Name: Interview / Weighting: 10
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/8Y9D9F8HJJ       


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:          
      The procuring body expects that each bidder is suitably qualified in the field of public relations and can evidence this as a part of the bid.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Minimum level(s) of standards required:
Bidders must be able to evidence a Minimum Annual Turnover of £200,000
Bidders must be able to self-certify that they already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer’s (Compulsory) Liability Insurance = £5,000,000*
Public Liability Insurance = £5,000,000
Professional Indemnity Insurance = £5,000,000
*It is a legal requirement that all companies hold Employer’s (Compulsory) Liability Insurance of £5 million as a minimum. Please note this requirement is not applicable to Sole Traders.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Scape will include a set of performance measures in the Contract and these will be used to manage the performance of the Contract, set improvement targets and monitor continuous improvement. These will be the minimum indicators and other measures may be offered by Bidders as part of their ITT.
Performance against these indicators will be reviewed with the successful Bidder at regular review meetings, together with the comparative performance that will enable benchmarking against:
• Other companies engaged in Scape or other frameworks
• The overall performance of all Scape or other frameworks
• National performance measures where they are available
The successful Bidder will be required to collate and submit their own performance data via a pro-forma spreadsheet in accordance with the performance management requirements set out in the Contract. Further details will be available in the ITT.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 31/05/2019 Time: 13:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 22/07/2019       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
In compliance with Procurement regulations, a draft of both the ITT and the Contract, is issued at this stage for information only, although these are substantially complete. The content is under review and may change when the final draft is issued at the conclusion of the PQQ stage to those invited to tender. Scape will not enter in to any discussions regarding these draft documents or answer any questions on the content of these documents at the PQQ stage. Shortlisted Bidders will have opportunity to ask clarification questions on the tender documentation during the ITT stage.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Public-relations-services./8Y9D9F8HJJ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8Y9D9F8HJJ
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015, set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings had arisen. The Court may extend the 30 day period in a particular case if it considers that there is good reason for so doing, up to a period of 3 months from the actual or deemed date of knowledge of the economic operator. The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If the framework agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending on the circumstances) or otherwise 6 months. Proceedings may be instigated by the issue of a Claim Form meeting the requirements of the Court Procedure Rules (“CPR”) within 30 days from when the relevant economic operator first knew or ought to have known that grounds for proceedings had arisen.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 25/04/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Nottingham: Public relations services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Scape Group Limited, 05660357
       2nd Level, Tollhouse Hill, City Gate West, Nottingham, NG1 5AT, United Kingdom
       Tel. +44 1159583200, Email: nickt@scapegroup.co.uk
       Contact: Nick Taylor
       Main Address: http://www.scapegroup.co.uk, Address of the buyer profile: http://www.scapegroup.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: Scape Group is a public sector owned built environment specialist. We offer a suite of OJEU compliant frameworks and innovative design solutions.

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Public Relations and Marketing Strategic Communications Contract            
      Reference number: GRP004

      II.1.2) Main CPV code:
         79416000 - Public relations services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Scape sought expressions of interest from suitably experienced organisations to provide Public Relations (PR) and associated marketing services across the whole of England, Wales, Scotland and Northern Ireland as described within the Procurement documentation.
Scape was open to receiving responses from consortia, joint ventures, strategic alliances and other such arrangements, however such organisations were required to form a single legal entity to contract with prior to the award of the contract and provide appropriate guarantees and security packages commensurate with the services.
The specific services that will be provided under the Contract, the nature and types of services include those services identified by the CPV codes.
The successful Bidder will be required to work with the in-house Marketing service providers of Scape.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79416100 - Public relations management services.
            79416200 - Public relations consultancy services.
            79300000 - Market and economic research; polling and statistics.
            79310000 - Market research services.
            79416000 - Public relations services.
            79312000 - Market-testing services.
            79340000 - Advertising and marketing services.
            79342000 - Marketing services.
            79342100 - Direct marketing services.
            79413000 - Marketing management consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Scape, through this Procurement exercise, is seeking to enter a Contractual Agreement with a single successful Bidder or consortium. That successful Bidder will become the delivery partner and will be supported by their extended supply chain to establish the ongoing support of Scape’s marketing team providing PR and Marketing services.
Experience of previous Procurement exercises, coupled with user feedback, has confirmed that engagement with a single delivery partner or consortium of bidders, supported by their supply chain enables the successful Bidder to deliver cost and quality benefits, innovation, continuous improvement and allows immediate engagement in delivering the services in an effective manner. Industry research and knowledge confirms that there are numerous bidders that are able to deliver these services encompassing the value spread associated with this Contract.
The Contract will be for a period of 5 years. This will comprise of an initial period of two (2) years followed by annual increments up to a maximum of five (5) years, 2 + 1 + 1 +1. At the commencement of the Contract there will be an initial period of up to 12 weeks during which Scape Group and the successful Bidder will work together to establish clear operating protocols and standards for the period of the Contract. However, the Contract will be operational and available for call off from the commencement date.
The current UK wide Contract is due to expire on 31st January 2020 and until that date call-offs will continue, and delivery of these projects will also continue until the new Contract and Delivery Partner are confirmed. The successful Bidder as the new delivery partner will be required to work alongside the outgoing/previous framework provider.
Further arrangements may be required by Scape if it establishes that this arrangement is limited by capacity or there is a need to meet the requirements of a specific work stream. Quarterly reviews will be undertaken by the management team and a new framework exercise undertaken if the need arises. Any further Procurement exercises will be independent of, and will not affect, the arrangements with the successful Bidder appointed pursuant to this Procurement exercise, although there may be some overlap.
The form of the Contract to be entered into by the successful Bidder will be drafted in accordance with and take into account the specific needs of Scape and will be included in the ITT. The Contract will be entered into by Scape and the successful Bidder, with call off agreements being contracted directly between Scape’s marketing and communications team and the new Contract delivery partner.
Delta;
Scape is using the Delta eSourcing web-based service to manage this procurement.
Suppliers must read through these instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on: http://delta-esourcing.com/delta You must register on this site to respond for this procurement, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder linkon the homepage.
Suppliers must log in, go to Response Manager and add the following access code: 8Y9D9F8HJJ . Please ensure you follow any instruction provided to you there.
The deadline for submitting your response is stated within the Delta eSourcing suite, this contract notice and the PQQ document. Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially when uploading documents. Scape will not be held accountable for any errors made by Suppliers in submitting their completed PQQ.
If you experience any technical difficulties with the Delta eSourcing suite please contact the Delta eSourcing help desk on +44 8452707050 or email:helpdesk@delta-esourcing.com

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
      Quality criterion - Name: Interview / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 84-200522
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: GRP004    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 9 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CITY PRESS SERVICES LIMITED, 01924203
             5th Floor Union, 2-10 Albert Square, England, Manchester, M2 6LW, United Kingdom
             NUTS Code: UKD3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract is suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers was based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=496543888

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court of England and Wales
          Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Contracting Authority incorporated a minimum 10 calendar day standstill period at the point that an award decision notice was communicated to tenderers. The award decision notice specified the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and specified when the standstill period ended.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 26/05/2020