OJEU11-093 - marketing and communications interim management solution.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University of Durham
Procurement Service, Mountjoy Centre,Holly Wing, Stockton Road
For the attention of: Lyndsay Keane
DH1 3LE Durham
UNITED KINGDOM
Telephone: +44 1913344530
E-mail:
Fax: +44 1913344539

Internet address(es):

General address of the contracting authority: www.durham.ac.uk

Address of the buyer profile: To express an interest in this tender please click the following link or copy and paste it into your internet browser: http://events.transaxions.com/service.aspx?event=6289

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
Other: Research
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
OJEU11-093 - marketing and communications interim management solution.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Durham.

NUTS code UKC1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Given Durham Universitys strategy to be, and to be recognised as, one of the worlds leading research intensive universities, and the increased competition within Higher Education both within the UK and globally, the University Executive Committee has recognised that a step-change in the Universitys approach to strategic marketing and communications is required.
A two strand approach has been adopted as follows:
1) To develop a coherent approach to strategic marketing and communications;
2) To ensure that the professional support capacity and structures we have within the University are fit for purpose to support this new agenda.
The University Executive Committee has considered a report, commissioned as part of a separate tender exercise, and its recommendations and agreed that Durham wishes to develop support structures to deliver both strategic marketing and communications functions. It was further agreed that a hub and spoke organisational model would be appropriate to the Durham context.
The University is seeking to engage an external partner to work with us to support the development and implementation of new structures and ways of working. It is envisaged that the successful vendor will provide for a designated individual to provide leadership and managerial expertise, with support provided from the vendor organisation to fulfil specific aspects of the brief as necessary.
II.1.6)Common procurement vocabulary (CPV)

79413000, 79411000, 79342000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Contract period of 1 year with option to extend by 2 further period of 1 year (1+1+1).
Contract value = 90 000 per year or 270 000 total value should all extension periods be invoked.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 13.8.2012. Completion 12.8.2013

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Requested in pre-qualification questionnaire.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Requested in pre-qualification questionnaire. Please go to the following link to see the Durham University exclusion criteria document:

http://events.transaxions.com/service.aspx?event=6289

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Requested in pre-qualification questionnaire. Please go to the following link to see the Durham University exclusion criteria document:

http://events.transaxions.com/service.aspx?event=6289

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Requested in pre-qualification questionnaire. Please go to the following link to see the Durham University exclusion criteria document:

http://events.transaxions.com/service.aspx?event=6289

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
OJEU11-093
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 16.4.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.4.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
14.5.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Date: 18.6.2012

Place:

As in 1 above.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised University personnel using the eSourcing system.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

As in Section V1.4.2 below

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The communication will be in the form of a letter which will be issued electronically. The letter will provide a full debrief and contact details should a tenderer wish to appeal the decision. The timescale for appeals will be detailed in the letter.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are 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 (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
15.3.2012