British Tourist Authority is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | BTA1297 - SEO (Search Engine Optimization) |
Notice type: | Contract Notice |
Authority: | British Tourist Authority |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Tender for the provision of undertaking search engine optimization and marketing for VisitBritain and VisitEngland websites. |
Published: | 02/07/2020 14:35 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
British Tourist Authority, United Kingdom
151 Buckingham Palace Road, London, SW1W 9SZ, United Kingdom
Tel. +44 2075781072, Email: darsej.gjakiu@visitbritain.org
Contact: Darsej Gjakiu
Main Address: http://www.visitbritain.org, Address of the buyer profile: http://www.visitbritain.org
NUTS Code: UKI
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-London:-Advertising-and-marketing-services./3HM63KUEWK
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/3HM63KUEWK 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
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: BTA1297 - SEO (Search Engine Optimization)
Reference Number: BTA1297
II.1.2) Main CPV Code:
79340000 - Advertising and marketing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Tender for the provision of undertaking search engine optimization and marketing for VisitBritain and VisitEngland websites.
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:
Not Provided
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The purpose of this tender is to appoint a supplier that is able to undertake search engine optimisation and marketing for VisitBritain and VisitEngland websites, with the objectives of increasing VisitBritain/ VisitEngland visibility and organic and paid traffic across search engines. This tender is run under an Open OJEU procedure and interested suppliers must complete the Selection Questionnaire and meet the minimum specified requirements as stated in the procurement documents.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70%
Cost criterion - Name: Price / Weighting: 30%
II.2.6) Estimated value:
Value excluding VAT: 500,000
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: Yes
Description of renewals: This contract will initially be for the duration of one year, with the option to extend for three further periods of 12 months each.
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: This procurement process is being conducted in accordance with the Open Procedure. Suppliers need to meet the requirements as stated in the procurement documents. If you do not meet one or more of the minimum requirements for each Selection Criteria you will be excluded from this procurement process. If you pass all Selection Criteria your ITT Response will be fully scored and evaluated.
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:
A Selection Questionnaire (SQ) must be completed and returned (via 'Delta-esourcing.com' portal) as part of the request to participate process. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
A Selection Questionnaire (SQ) must be completed and returned (via 'Delta-esourcing.com' portal) as part of the request to participate process. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards possibly required (if applicable) :
Minimum level(s) of standards possibly required: As stated in the SQ.
Minimum insurance levels: GBP 5 million PL and EL.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
A selection questionnaire (SQ)must be completed and returned (via 'Delta-esourcing.com' portal) as part of the request to participate process.Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards possibly required (if applicable) :
Minimum level(s) of standards possibly required: As stated in the SQ.
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
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: No
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: 06/08/2020 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 06/08/2020
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: June 2024
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-London:-Advertising-and-marketing-services./3HM63KUEWK
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3HM63KUEWK
VI.4) Procedures for review
VI.4.1) Review body:
British Tourist Authority
151 Buckingham Palace Road, London, SW1W 9SZ, United Kingdom
Email: darsej.gjakiu@visitbritain.org
Internet address: http://www.visitbritain.org
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The BTA will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).
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: 02/07/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
British Tourist Authority, United Kingdom
151 Buckingham Palace Road, London, SW1W 9SZ, United Kingdom
Tel. +44 2075781072, Email: darsej.gjakiu@visitbritain.org
Contact: Darsej Gjakiu
Main Address: http://www.visitbritain.org, Address of the buyer profile: http://www.visitbritain.org
NUTS Code: UKI
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:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: BTA1297 - SEO (Search Engine Optimization)
Reference number: BTA1297
II.1.2) Main CPV code:
79340000 - Advertising and marketing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Tender for the provision of undertaking search engine optimization and marketing for VisitBritain and VisitEngland websites.
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):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: The purpose of this tender is to appoint a supplier that is able to undertake search engine optimisation and marketing for VisitBritain and VisitEngland websites, with the objectives of increasing VisitBritain/ VisitEngland visibility and organic and paid traffic across search engines. This tender is run under an Open OJEU procedure and interested suppliers must complete the Selection Questionnaire and meet the minimum specified requirements as stated in the procurement documents.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70%
Cost criterion - Name: Price / Weighting: 30%
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: This procurement process is being conducted in accordance with the Open Procedure. Suppliers need to meet the requirements as stated in the procurement documents. If you do not meet one or more of the minimum requirements for each Selection Criteria you will be excluded from this procurement process. If you pass all Selection Criteria your ITT Response will be fully scored and evaluated.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: 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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 129-318054
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: Yes
Section V: Award of contract
Award Of Contract (No.1)
Contract No: BTA1297 - SEO
Lot Number: Not Provided
Title: BTA1297 - SEO
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 05/11/2020
V.2.2) Information about tenders
Number of tenders received: 22
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
8 Million Stories, SC430348
15 Queen Street,, Edinburgh, EH2 1JE, United Kingdom
NUTS Code: UKM75
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 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=541396816
VI.4) Procedures for review
VI.4.1) Review body
British Tourist Authority
151 Buckingham Palace Road, London, SW1W 9SZ, United Kingdom
Email: darsej.gjakiu@visitbritain.org
Internet address: http://www.visitbritain.org
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The BTA will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 06/11/2020