Requirement for Marketing and Promotion Consultant
Preparing a marketing, events and PR strategy for Leadenhall Market.
United Kingdom-London: Marketing management consultancy services
2020/S 136-335857
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: City of London Corporation, Guildhall, PO Box 270
Town: London
NUTS code: UKI LONDON
Postal code: EC2P 2EJ
Country: United Kingdom
Contact person: Chris Mulhall, Category Manager, City Procurement
E-mail: Chris.mulhall@cityoflondon.gov.uk
Telephone: +44 2073324020
Address of the buyer profile: https://www.capitalesourcing.com
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of a Marketing and Promotion Consultant for Leadenhall Market
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of London Corporation (the ‘City’) is undertaking a one stage procurement process in relation to appointing a Marketing and Promotion Consultant for Leadenhall Market.
The scope/remit of the appointed consultant will include areas such as:
• preparing a marketing, events and PR strategy for Leadenhall Market in line with the marketing and events budget;
• preparing an annual events schedule/calendar;
• making recommendations to the asset manager for proposed internal and external events;
• organising all aspects of the approved events (City of London funded), closely liaising with the Leadenhall Market Building Managers for day to day matters;
• advise on whether any events would pose an additional health and safety and security risk and liaise with the building managers accordingly for practical mitigation.
Further information for this opportunity can be found in II.2.4) Description of the procurement field (of this notice).
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:
This procurement will be a one (1) stage Open procedure. The description of the requirements for the marketing and promotion consultant is set out in the procurement documents, particularly the specification — available from: https://www.capitalesourcing.com
The duration of the contract is three (3) years, with the option to extend up to two (2) further years in annual increments. The contract is intended to commence 1 October 2020 to 31 September 2023.
The estimated total value of the contract is also stated in II.1.5) and II.2.6) of this notice and is for the entire duration, i.e. including the optional extensions.
Organisations should be aware that due to the contract value (of the Service), any contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their tender, where appropriate.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This will be upon expiry of the contract and subject to contractor performance, budgetary conditions and internal governance.
II.2.10)Information about variants
II.2.11)Information about options
The duration of the contract will be 3 years, with the option for the contracting authority to extend for 2 further years (on a year-by-year basis), subject to contractor performance, budgetary conditions and internal governance.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
This procurement process is being undertaken using the electronic tendering system ‘Capital eSourcing’ (url:www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
This is a one stage procurement process (Open Procedure); therefore, suppliers will need to register an interest on the system and submit a tender submission no later than 12.00 noon on 14 August 2020 in order to participate and registration is free. Tender submissions cannot be uploaded after the return deadline.
The estimated total; value given at II.1.5) is for the full duration of the contract, which is up to five (5) years in total.
The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
Any questions relating to this procurement must be made via the correspondence area in the Capital eSourcing system.
VI.4.1)Review body
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000
VI.4.3)Review procedure
The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed. The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice: