East West Railway Company is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Engagement & Consultation Partner Procurement |
Notice type: | Contract Notice |
Authority: | East West Railway Company |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The East West Railway Company Limited (EWR Co) is seeking to partner with a third-party supplier to fulfil several key responsibilities of its External Affairs function. The appointed supplier will be required to use their expertise and experience in order to both develop and deliver EWR Co strategy across a range of External Affairs disciplines, such as media, stakeholder relations and communications. |
Published: | 22/04/2020 15:54 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
East West Railway Company Limited
4th Floor, Albany House, 94-98 Petty France, London, SW1H 9EA, United Kingdom
Tel. +44 7971225205, Email: sebastian.ambaye@eastwestrail.co.uk
Contact: Sebastian Ambaye
Main Address: https://eastwestrail.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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Public-relations-services./3H5YMBB7XX
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-UK-London:-Public-relations-services./3H5YMBB7XX 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: Engagement & Consultation Partner Procurement
Reference Number: CT0194(2)
II.1.2) Main CPV Code:
79416000 - Public relations services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The East West Railway Company Limited (EWR Co) is seeking to partner with a third-party supplier to fulfil several key responsibilities of its External Affairs function. The appointed supplier will be required to use their expertise and experience in order to both develop and deliver EWR Co strategy across a range of External Affairs disciplines, such as media, stakeholder relations and communications.
II.1.5) Estimated total value:
Value excluding VAT: 3,725,000
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:
UK UNITED KINGDOM
II.2.4) Description of procurement: This procurement is being conducted via the Restricted procedure, any economic operator may submit a request to participate in response to this call for competition by providing the information for qualitative selection that is requested by the contracting authority. This information is to provided within the Supplier Selection Questionnaire (SSQ) that has been published alongside this Contract Notice.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Capability and Experience of the Proposed Project Team / Weighting: 20
Quality criterion - Name: Proposed Service Delivery Approach / Weighting: 20
Quality criterion - Name: Quality Management Approach / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 5
Quality criterion - Name: Fostering Engagement and Support (Presentation Stage) / Weighting: 10
Quality criterion - Name: Tone of Voice and Communication Style (Presentation Stage) / Weighting: 5
Quality criterion - Name: Content Generation and Messaging (Presentation Stage) / Weighting: 5
Cost criterion - Name: Rate Card / Weighting: 20
Cost criterion - Name: Business-as-usual (BAU) Price / Weighting: 10
II.2.6) Estimated value:
Value excluding VAT: 3,725,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: A 12 month extension period can be enacted by the Customer, subject to three months notice being provided to the Supplier.
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: Interested parties will be provided with a total score out of 20, following a review of the contract examples they have provided in their responses to questions 6.1(a) and 6.1(b) of the Supplier Selection Questionnaire. These questions seek to ascertain the supplier's previous experience of delivering services which are relevant to this requirement. The six highest scoring organisations will be invited to submit a tender for this competition, provided they meet the other requirements set out within the Invitation to Tender and Evaluation Criteria.
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/THNJ483E3K
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:
As stated within the supplier selection questionnaire (SSQ).
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: 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: 2019/S 248 - 613892
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/05/2020 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/06/2020
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): 9
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: 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.The contracting authority considers that this contract may be suitable for economic operators that are small or medium-sized enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for this procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Public-relations-services./3H5YMBB7XX
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3H5YMBB7XX
VI.4) Procedures for review
VI.4.1) Review body:
Technology and Construction Court
Rolls House, 7 Roll Buildings, London, EC4A 1NL, United Kingdom
Tel. +44 079477156
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 22/04/2020
Annex A