London Legacy Development Corporation is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Digital Signage Consultancy |
Notice type: | Contract Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The London Legacy Corporation (LLDC) seeks to appoint a specialist consultancy to support our digital advertising strategy. The successful consultant is required to deliver a detailed report outlining best practice for the use of digital assets at venues and locations across Queen Elizabeth Olympic Park (QEOP). |
Published: | 15/12/2022 13:36 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Legacy Development Corporation
Level 9, 5 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2032881800, Email: camerontodd@londonlegacy.co.uk
Contact: Cameron Todd
Main Address: https://www.queenelizabetholympicpark.co.uk/
NUTS Code: UKI41
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/respond/PK9RB9BX92
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Other type:: Mayoral Development Corporation
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Digital Signage Consultancy
Reference Number: 0399
II.1.2) Main CPV Code:
79340000 - Advertising and marketing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The London Legacy Corporation (LLDC) seeks to appoint a specialist consultancy to support our digital advertising strategy. The successful consultant is required to deliver a detailed report outlining best practice for the use of digital assets at venues and locations across Queen Elizabeth Olympic Park (QEOP).
II.1.5) Estimated total value:
Value excluding VAT: 60,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
79341100 - Advertising consultancy services.
79411100 - Business-development consultancy services.
79413000 - Marketing management consultancy services.
II.2.3) Place of performance:
UKI41 Hackney and Newham
II.2.4) Description of procurement: Queen Elizabeth Olympic Park (QEOP), operated by London Legacy Development Corporation (LLDC), is a thriving destination. Ten years on from the Games of London 2012, the Park hosts major national and international events, is home to schools, universities, and workplaces, and is increasingly a place to live with new residential areas. In the coming years the new East Bank development will provide a new cultural quarter for London, with the V&A, BBC, University College London, University of the Arts London and Saddler’s Wells opening new premises here. The Park currently welcomes over 6m visits a year, but when the East Bank development fully opens, we look to attract over 10m visitors per annum.
LLDC has begun to investigate digital projects across QEOP. Guidance is required as to how these can best be considered collectively to maximise revenue potential. It will be important that our goals towards Net Carbon Zero by 2030 are considered within the narrative and solutions that are delivered as part of this commission.
Working with LLDC, the successful consultant is required to deliver a detailed report outlining best practice for the use of digital assets at our venues and locations. We look for guidance on functionality of each element including how real time messaging could be managed, and direction on how to achieve best value for money.
This is a single stage tender process, and it is anticipated that a single service provider will be appointed. The contract will be let for a period of 6 months, with optional extension periods of 2 x 12 months.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
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: 6
This contract is subject to renewal: Yes
Description of renewals: Optional extension periods of 2 x 3 months.
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/PK9RB9BX92
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 OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: The contracting authority permits the submission of tenders electronically, using the minimum time limit for receipt of tenders as 30 days.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 16/01/2023 Time: 12:00
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
IV.2.7) Conditions for opening of tenders:
Date: 16/01/2023
Time: 13:00
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 Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Advertising-and-marketing-services./PK9RB9BX92
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PK9RB9BX92
VI.4) Procedures for review
VI.4.1) Review body:
See VI.4.3
London, 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:
Part 3 of the Public Contracts Regulations 2015 addresses the remedies available to economic operators. In the first instance, potentially aggrieved economic operators should notify the LLDC of an appeal.
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: 15/12/2022
Annex A