UK-London: Advertising and marketing services.

UK-London: Advertising and marketing services.
Section I: Contracting Authority
I.1) Name and addresses
RSSB
The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom
Email: shareditt@rssb.co.uk
Contact: Gemma Cuthbert
Main Address: https://www.rssb.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-London:-Advertising-and-marketing-services./X77924PF3W
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-UK-London:-Advertising-and-marketing-services./X77924PF3W 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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Advertising-and-marketing-services./X77924PF3W
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: Market Research and Marketing Strategy Services
Reference Number: RSSB2590
II.1.2) Main CPV Code:
79340000 - Advertising and marketing services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: RSSB wish to embark on a programme of work which will start with market research to identify and validate our target individuals, why they are not attracted to careers in the rail sector and the possible channels to market to the individuals. This will be followed by the development of a strategic and operational plan for promotion and attraction activities to build the supply chain of suitable candidates to enter the rail sector.
II.1.5) Estimated total value:
Value excluding VAT: 520,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
79310000 - Market research services.
79342000 - Marketing services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: RSSB wish to embark on a programme of work which will start with market research to identify and validate our target individuals, why they are not attracted to careers in the rail sector and the possible channels to market to the individuals. This will be followed by the development of a strategic and operational plan for promotion and attraction activities to build the supply chain of suitable candidates to enter the rail sector.
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: 520,000
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The initial piece of work being tendered is for market research into the attractiveness of careers in rail, creation of employee value propositions and a marketing strategy. It is expected that this initial work will take 5-7 months. There will be the option to extend the contract to cover the delivery of that strategy including the creation of campaign materials, project management and campaign monitoring. The campaign should cover 3 years.
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:
n/a
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 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: 23/06/2017 Time: 10:00

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): 6

IV.2.7) Conditions for opening of tenders:
Date: 23/06/2017
Time: 10:00


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 No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://rssb.delta-esourcing.com/tenders/UK-UK-London:-Advertising-and-marketing-services./X77924PF3W

To respond to this opportunity, please click here:
https://rssb.delta-esourcing.com/respond/X77924PF3W
VI.4) Procedures for review
VI.4.1) Review body:
n/a
n/a, 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:
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: 16/05/2017

Annex A