Public Affairs and Strategic Projects Consultancy Framework
The University, with external business and education sector partners, is seeking to progress a number of strategic proposals that align with Government research, innovation and other priorities.
United Kingdom-Edinburgh: Public relations management services
2016/S 135-242603
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Edinburgh Campus, Riccarton
Edinburgh
EH14 4AS
United Kingdom
Contact person: Tony Newjem, Chief Procurement Officer
Telephone: +44 1314513702
E-mail: a.e.newjem@hw.ac.uk
Fax: +44 1314513119
NUTS code: UKM25
Internet address(es):Main address: http://intranet.hw.ac.uk/ps/gls/procurement/Pages/default.aspx
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00307
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Public Affairs and Strategic Projects Consultancy Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University, with external business and education sector partners, is seeking to progress a number of strategic proposals that align with Government research, innovation and other priorities (e.g. research infrastructure, global research challenges, innovation centres) which depend upon a significant amount of public funding, and wishes to appoint one or more suitable public relations partners to support these projects from inception through to delivery.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Edinburgh Campus, Riccarton, EDINBURGH, Eh14 4AS.
II.2.4)Description of the procurement:
Public affairs and strategic projects consultancy services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.1 of the Notice is not applicable to this procurement exercise.
III.1.2)Economic and financial standing
This section refers to Section B of Part IV of the ESPD (Scotland).
4B.2: Average yearly turnover in the area covered by this contract.
4B.4: Financial and accounting ratios.
4B.5: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated.
4B.2: Bidders will be required to have an average yearly turnover of a minimum of 500,000 GBP in the business area covered by the contract for the last 3 years.
4B.4: Bidders will be required to state the value(s) for the following financial ratio(s):
current ratio
net profit margin ratio
gearing ratio
The acceptable range for each financial ratio is:
current ratio: > 1
net profit margin ratio: minimum 5 %
gearing ratio: maximum 150 %
4B.5: Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 2 000 000 GBP
Professional Indemnity Insurance = 2 000 000 GBP
III.1.3)Technical and professional ability
ESPD Section 4C.1: Bidders will be required to provide relevant case references that demonstrate that they have the relevant experience to deliver the services the subject matter of this contract, including client contact details, nature of the consultancy brief, value of the contracts and the outcomes or deliverables produced.
ESPD Section 4C.6: Bidders are required to provide the educational and professional qualifications of the proposed account management team.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The intention is to create a ranked framework where the terms governing the provision of the subject services are set out so as to allow the agreement to be performed partly without reopening competition (direct call-off); and partly through reopening competition amongst the economic operators appointed to the framework agreement (further or mini-competition).
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=447447
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
For the purposes of this contract, the contracting authority invites proposals for community benefits relating to (i) training and skills transfer to those Heriot-Watt University personnel engaged in research enterprise support, or (ii) which will otherwise improve the economic, social or environmental well-being of the contracting authority’s area in a way additional to the main purpose of the contract.
(SC Ref:447447).
VI.4.1)Review body
Procurement Services, Riccarton
Edinburgh
EH14 4AS
United Kingdom
Telephone: +44 1314513702
Fax: +44 1314513119Internet address:http://intranet.hw.ac.uk/ps/gls/procurement/Pages/default.aspx
VI.5)Date of dispatch of this notice:
Related Posts
Communication and Marketing Services Tender
Public Relations and Marketing Services Contract
Scottish Government Media Services Framework
Requirement for PR Agency Services for Business Events