Procurement Hub is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Ongo Homes - Marketing & Communications Framework |
Notice type: | Contract Notice |
Authority: | Procurement Hub |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Ongo Homes Ltd (ONGO) wish to tender for suitable suppliers to bid for a Marketing & Communications Framework. The framework consists of 5 lots: Lot 1 - Design & Print Services Lot 2 - Merchandise and Promotional Goods Lot 3 - Photography Lot 4 - Videography Lot 5 - Marketing Services It is the intention that suppliers will be invited to bid for as many or few lots as they wish to deliver. Ongo Homes wish to appoint on a multi lot basis. |
Published: | 10/01/2024 16:22 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Ongo Homes Limited
Ongo House, High Street, UK-Preston: Water distribution and related service, DN15 6AT, United Kingdom
Tel. +44 1772897574, Email: Purchasing@placesforpeople.co.uk
Contact: Lisa Gallacher
Main Address: www.placesforpeople.co.uk
NUTS Code: UKF30
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: https://www.delta-esourcing.com/tenders/UK-UK-UK-Preston:-Water-distribution-and-related-service:-Marketing-services./N688D4FRXK
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/buyers/select/viewListStatus.html?id=828593308 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
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Ongo Homes - Marketing & Communications Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
79342000 - Marketing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Ongo Homes Ltd (ONGO) wish to tender for suitable suppliers to bid for a Marketing & Communications Framework.
The framework consists of 5 lots:
Lot 1 - Design & Print Services
Lot 2 - Merchandise and Promotional Goods
Lot 3 - Photography
Lot 4 - Videography
Lot 5 - Marketing Services
It is the intention that suppliers will be invited to bid for as many or few lots as they wish to deliver. Ongo Homes wish to appoint on a multi lot basis.
II.1.5) Estimated total value:
Value excluding VAT: 240,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Design & Print Services
Lot No: 1
II.2.2) Additional CPV codes:
22000000 - Printed matter and related products.
II.2.3) Place of performance:
UKF3 Lincolnshire
II.2.4) Description of procurement: Lot 1 Design & Print Services
The service will include providing advice on printing to Ongo’s in-house PR & Communications Team to ensure that the most cost-effective processes are used to produce print jobs including but not restricted to:
•Compliment slips
•Business cards
•Corporate documents (annual report, corporate plan, rent statements etc)
•Leaflets, flyers, and posters
•Event material – pull up banners, programmes,
•Large scale tenant mail outs
•Printed marketing material
In delivering this service, the provider will be asked to:
•Supply the original design files as and when required (the need for this will be included in any briefs for work).
•Work alongside and support the in-house PR & Communications team who will produce ad-hoc artwork when capacity allows.
•Deliver concepts, ideas, and content for campaigns.
•Ensure creative work is in-line with our current brand and corporate identity.
•Develop literature and communications tools to reach customers with low literacy skills and with diverse needs.
•Supplying copywriting services when required
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 120,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: 8
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/N688D4FRXK
II.2) Description Lot No. 2
II.2.1) Title: Merchandise and Promotional Goods
Lot No: 2
II.2.2) Additional CPV codes:
39294100 - Information and promotion products.
UB04-3 - Printed matter
II.2.3) Place of performance:
UKF3 Lincolnshire
II.2.4) Description of procurement: Lot 2 - Merchandise and Promotional Goods
•Including, but not exclusive to mugs, pens, notepads, key rings, internal and external banners, and other promotional giveaways.
•There will also be the requirement to generate ideas for promotional goods based on a brief provided.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Pricing / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 20,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: 8
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: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Photography
Lot No: 3
II.2.2) Additional CPV codes:
79961350 - Studio photography services.
II.2.3) Place of performance:
UKF3 Lincolnshire
II.2.4) Description of procurement: Lot 3 Photography
•These will be ad hoc projects billed at either an hourly/half daily/daily rate or per project.
•This work will include taking photos and editing them for Ongo’s use.
•Ongo will own the photos once signed off and handed over by supplier.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Pricing / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 20,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: 8
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: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Videography
Lot No: 4
II.2.2) Additional CPV codes:
92100000 - Motion picture and video services.
II.2.3) Place of performance:
UKF3 Lincolnshire
II.2.4) Description of procurement: Lot 4 Videography
•These will be ad-hoc projects billed at either an hourly/half daily/daily rate or per project.
•This work will include taking videos and editing them for Ongo’s use.
•Ongo will own the videos once signed off and handed over by supplier.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Pricing / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 20,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: 8
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: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Marketing Services
Lot No: 5
II.2.2) Additional CPV codes:
79342000 - Marketing services.
II.2.3) Place of performance:
UKF3 Lincolnshire
II.2.4) Description of procurement: Lot 5 Marketing Services
•This lot would cover ad-hoc support for various marketing, creative and brand projects supporting all areas of the business.
This could include but not limited to strategy, creative concepts, design, artwork, amends, social media campaigns, printed or digital marketing campaigns, branding or rebranding projects
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Pricing / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 60,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: 8
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: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
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.1.3) 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
Not Provided
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: No
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 09/02/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-UK-Preston:-Water-distribution-and-related-service:-Marketing-services./N688D4FRXK
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N688D4FRXK
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 10/01/2024
Annex A