Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
Contact
Darren Wood
darren.wood@westyorks-ca.gov.uk
Telephone
+44 1133481789
Country
United Kingdom
Region code
UKE4 - West Yorkshire
National registration number
8876556
Internet address(es)
Main address
https://www.westyorks-ca.gov.uk
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103257
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Marketing and Communications Services
Reference number
CA56970
two.1.2) Main CPV code
- 79340000 - Advertising and marketing services
two.1.3) Type of contract
Services
two.1.4) Short description
CONTRACT AWARD
The West Yorkshire Combined Authority is seeking to establish a Framework to provide Marketing and Communications Services. The Supplier/s will be responsible for providing the following scope of services (but not limited to) either directly or via sub-contractor arrangements: Campaign Strategy, Concept Development, Creative and Design, Campaign Delivery, Media Relations, Digital and Social Media, Content Creation, Copy Writing, Photography and Videography and Media Planning and Buying.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72413000 - World wide web (www) site design services
- 79342000 - Marketing services
- 79413000 - Marketing management consultancy services
- 79416000 - Public relations services
- 79822500 - Graphic design services
- 79961000 - Photographic services
- 92100000 - Motion picture and video services
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
two.2.4) Description of the procurement
The West Yorkshire Combined Authority is seeking to establish a Framework to provide Marketing and Communications Services. The Supplier/s will be responsible for providing the following scope of services (but not limited to) either directly or via sub-contractor arrangements: Campaign Strategy, Concept Development, Creative and Design, Campaign Delivery, Media Relations, Digital and Social Media, Content Creation, Copy Writing, Photography and Videography and Media Planning and Buying.
The Framework will consist of 1 Lot for all services with a maximum of 4 Suppliers. The Framework Contract Term will be for an initial two (2) year term with two 12-month optional extensions to be applied annually up to a maximum of two (2) years (maximum
contract term of 4 years) with a total value range of up to £2m.
two.2.5) Award criteria
Quality criterion - Name: Resources / Weighting: 175
Quality criterion - Name: Methodology / Weighting: 175
Quality criterion - Name: Project Management & Performance / Weighting: 100
Quality criterion - Name: Innovation / Weighting: 75
Quality criterion - Name: Knowledge Transfer / Weighting: 75
Quality criterion - Name: Social Value / Weighting: 100
Price - Weighting: 300
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Projects funded by European Union funds (for example: ERDF, ESIF) may be be required to procure the services as specified and contracted as a consequence of this procurement in support of the delivery of the respective project.
two.2.14) Additional information
Call-off methods: Call-offs may be made by direct award or further competition. Full details of the call-off methods can be found in the published tender documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-022167
Section five. Award of contract
Contract No
1
Title
Marketing and Communications Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 January 2023
five.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
McCann Erickson Central Limited t/a McCann Leeds
Communications House, Highlands Road
Solihull
B90 4WE
Country
United Kingdom
NUTS code
- UKG32 - Solihull
National registration number
01983874
The contractor is an SME
No
five.2.3) Name and address of the contractor
Steffco Ltd t/a Resource
78 Armley Road
Leeds
LS12 2EJ
Country
United Kingdom
NUTS code
- UKE42 - Leeds
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
The Ark Marketing & Media Ltd
Unit 4 Pudsey Business Park, 47 Kent Road
Leeds
LS28 9BB
Country
United Kingdom
NUTS code
- UKE42 - Leeds
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Thompson Brand Partners Ltd
The Old Stables, Springwood Gardens
Leeds
LS8 2QB
Country
United Kingdom
NUTS code
- UKE42 - Leeds
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,000,000
Total value of the contract/lot: £2,000,000
Section six. Complementary information
six.3) Additional information
This procurement is in connection with the following PIN notices:
2021/S 000-024021
2021/S 000-026053
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
darren.wood@westyorks-ca.gov.uk
Country
United Kingdom