Public Relations Tender – Revolve Marketing Delivery and Coordination
We are now working to a new 5 year plan that aims to position Revolve as a nationally recognised brand.
United Kingdom-Stirling: Public relations services
2018/S 145-332179
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Ground Floor, Moray House, Forthside Way
Stirling
FK8 1QZ
United Kingdom
Telephone: +44 1786433930
E-mail: procurement@zerowastescotland.org.uk
NUTS code: UKMInternet address(es):Main address: http://www.zerowastescotland.org.uk/content/tenders
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20802
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Revolve Marketing Delivery and Coordination
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Revolve is Scotland’s national quality standard for stores that sell second-hand items. The Revolve brand acts as a kitemark of quality and is awarded to stores that meet high standards in regard to the look and feel of the store, customer service and rigorous quality and safety checks on all items for sale. The brand acts as a reassurance to consumers that they can buy second-hand with complete confidence, and reap the benefit of being able to find unique one-off bargains built to last and find brands for less.
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
II.2.4)Description of the procurement:
Revolve has been steadily growing for the past 6 years. There are currently 122 certified stores across Scotland, from the Borders all the way to Shetland. Revolve is now moving into a new phase. Work to this point has centred around building a large enough network to warrant national promotion. We are now working to a new 5 year plan that aims to position Revolve as a nationally recognised brand. We want people to recognise the brand, to know what it means, and to know how to find their local store. We want them to visit their local store. We want them to have a great experience and start to go habitually. Eventually we want second-hand to be a natural and first option for a huge range of purchases.
This 4 year plan needs dedicated communications partners to help deliver it. We’re looking for a lead contractor to help us achieve this vision. We need to work across PR, digital, out-of-home media and in the stores themselves to ensure that the Revolve brand cuts through and drives behaviour change towards a revolution in second-hand shopping for Scotland. We need an experienced communications agency that can coordinate and deliver this by providing expert project management, using in-house capability to deliver the outputs that match their organisations skill sets and sub-contracting any specialist support required.
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
Statements for 4B.5.1-3
The bidder confirms that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (Employer’s (Compulsory) Liability Insurance).
The bidder confirms that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (For other insurances).
Statements for 4B.5.1-3
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
— Employer’s (Compulsory) Liability Insurance = 5 000 000,00 GBP,
— Public Liability Insurance = 10 000 000,00 GBP,
— Professional Indemnity Insurance = as noted in the tender document.
http://www.hse.gov.uk/pubns/hse40.pdf
Note: Bidders should refer to the “Supplementary Information for Selection Criteria”, which is provided as an additional document for this procurement exercise, for further information on submission of evidence and how responses to these questions will be evaluated.
III.1.3)Technical and professional ability
Statement for 4C.1.2
Please provide relevant examples of supplies and/or services carried out during the last 3 years as specified in the Contract Notice. Examples from both public and/or private sector customers and clients may be provided.
Statement for 4D.1
Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons? If not, please explain why and specify which other means of proof concerning the quality assurance scheme can be provided.
Statement for 4C.1.2
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services / suppliers as described in Part II.2.4 of the OJEU Contract Notice, or the relevant section of the Site Notice.
Statements for 4D.1
Bidders must be able to demonstrate the following:
2f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.
Statements for 4D.2
Bidders must be able to demonstrate the following:
2e. Documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks.
2f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.).
Note: Bidders should refer to the “Supplementary Information for Selection Criteria”, which is provided as an additional document for this procurement exercise, for further information on submission of evidence and how responses to these questions will be evaluated.
Section IV: Procedure
IV.1.1)Type of procedure
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
Zero Waste Scotland.
Procurement Officer.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Zero Waste Scotland is not using the ESPD module on PCS for this procurement exercise. Bidders must therefore download the ESPD (Scotland) provided for this procurement exercise as an additional document in order to prepare a response.
Failure to follow the instructions provided in either the “Supporting Information for Selection Criteria” document or the Tender document may result in your ESPD (Scotland) response and/or Tender submission being ruled non-compliant. Please read these instructions carefully prior to completing and submitting any response. Any questions relating to these instructions must be raised using the Question and Answer facility through the PCS website.
The questions, weightings and scoring methodology for Selection Criteria can be found in the “Supporting Information for Selection Criteria” document.
Bidders are reminded that only information provided as a direct response to the ESPD (Scotland) will be evaluated. Bidders should complete their response on the basis that Zero Waste Scotland, its staff and advisers have no prior knowledge of their organisation.
Bidders should note that Zero Waste Scotland will carry out due diligence checking on statements made within ESPD (Scotland) responses. A request from Zero Waste Scotland to provide evidence in support of statements made by a Bidder in their ESPD (Scotland) response does not infer that the Bid or the Bidder has been successful.
Quality submissions will be scored using the Scottish Government’s recommended scoring convention:
4 — Excellent: Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
3 — Good: Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
2 — Acceptable: Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
1 — Poor: Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient / limited details or explanation to demonstrate how the requirement will be fulfilled.
0 — Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
Please do not contact Zero Waste Scotland following a response or submission to enquire if or when a decision will be made. An indicative timetable is provided in the Contract Notice, and Zero Waste Scotland will inform all Bidders of decisions or delays at the same time, by email to the nominated contact only as identified in your response or submission.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=551890
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.
(SC Ref:551890)
VI.4.1)Review body
Ground Floor, Moray House, Forthside Way
Stirling
FK8 1QZ
United Kingdom
Telephone: +44 1786433930Internet address: http://www.zerowastescotland.org.uk/content/tenders
VI.5)Date of dispatch of this notice: