Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)United Learning
Fairline House, Nene Valley Business Park, Oundle
For the attention of: Jess Child
PE8 4HN Peterborough
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: http://www.unitedlearning.org.uk/
Electronic access to information: https://tender.unitedlearning.org.uk
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 authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Provision of employer brand and recruitment advertising agency services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 13: Advertising services
NUTS code
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)
United Learning is a group of academies and independent schools which aims to provide excellent education to children and young people across the country, spanning nurseries through to sixth forms. UL are one of the country's leading education providers, currently educating over 36 000 students and employing over 7 000 members of staff including over 3 000 teachers.
UL wishes to engage an economic operator to provide Employer Brand and Recruitment Advertising Services. The services will be comprised of three key areas: Media Buying; Creative Services; and Employer Brand Guardianship.
II.1.6)Common procurement vocabulary (CPV)79340000, 22462000, 79341000, 79341100, 79341200, 79341400
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 500 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
N/A.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
To be confirmed.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: See contract documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 4: and maximum number 8
Objective criteria for choosing the limited number of candidates: See tender documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
UCSTEmployerbrand1
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate14.12.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe 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
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:11.11.2015