Section one: Contracting entity
one.1) Name and addresses
SE TRAINS LIMITED
Albany House Floor 8,94-98 Petty France
LONDON
SW1H9EA
Contact
Rebecca Bowers
becky.bowers@southeasternrailway.co.uk
Telephone
+44 7772769040
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
https://www.southeasternrailway.co.uk/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.smartsurvey.co.uk/s/AQPRJC/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Commercial and Communication Services Framework.
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
The scope of this procurement activity is to place an overarching Framework which shall support our Communications and Commercial teams.
There are a number of activities required which cover:
- Insights support.
- Print and brand merchandise.
- Internal and External Media campaigns, creative treatment and materials.
- Experiential, promotions and Events.
- Miscellaneous - including but not limited to, staging and equipment hire and support, event room hire etc.
- Digital services.
These areas are pools / Lots, which shall drill down with more specific requirements.
Please note that the contract(s) shall be placed at zero value commitment, and call-offs are to be placed in accordance with the Southeastern Procurement Policy.
This procedure will allow options for any company under DOHL (DfT OLR Holdings) to utilise the services in the future if required, and adequate headroom has been accommodated within the value associated with this notice.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Insights
Lot No
1
two.2.2) Additional CPV code(s)
- 79310000 - Market research services
- 79320000 - Public-opinion polling services
- 79330000 - Statistical services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
London, Kent and East Sussex.
two.2.4) Description of the procurement
Insights and associated services not limited to:
- Econometrics
- Research and survey development
- Segmentation and targeting support
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Options to extend term by up to 2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options to extend term by up to 2 years
two.2) Description
two.2.1) Title
Print and Brand Merchandise
Lot No
2
two.2.2) Additional CPV code(s)
- 22100000 - Printed books, brochures and leaflets
- 22200000 - Newspapers, journals, periodicals and magazines
- 22300000 - Postcards, greeting cards and other printed matter
- 22600000 - Ink
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
London, Kent and East Sussex
two.2.4) Description of the procurement
Print and brand merchandise including, but not limited to:
- Graphics, design and proofing
- Artwork design and development
- Sourcing of branded and unbranded merchandise
Design and production of collateral flyers, leaflets, posters etc.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Options to extend term by up to 2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options to extend term by up to 2 years
two.2) Description
two.2.1) Title
Internal and External media campaigns, creative treatment and materials.
Lot No
3
two.2.2) Additional CPV code(s)
- 32320000 - Television and audio-visual equipment
- 32333000 - Video recording or reproducing apparatus
- 79342000 - Marketing services
- 79430000 - Crisis management services
- 79933000 - Design support services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
London, Kent and East Sussex
two.2.4) Description of the procurement
Internal and external media campaigns, creative treatment and materials, not limited to:
- Video/short film and animation development and execution
- Creative "blue sky" thinking sessions, including design and production of assets for media campaigns such as radio, print, digital etc.
- Media access, TV, Radio
- Voiceover
- Message and script support
- Supply of materials to media owners in correct format and specification
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Options to extend term by up to 2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options to extend term by up to 2 years
two.2) Description
two.2.1) Title
Experiential, Promotions and Events
Lot No
4
two.2.2) Additional CPV code(s)
- 79341400 - Advertising campaign services
- 79416000 - Public relations services
- 79430000 - Crisis management services
- 79951000 - Seminar organisation services
- 92111210 - Advertising film production
- 92111220 - Advertising video-tape production
- 92111250 - Information film production
- 92111300 - Entertainment film and video-tape production
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
London, Kent and East Sussex
two.2.4) Description of the procurement
Experiential, Promotions and Events, not limited to:
- Concept creative design, implementation, and event management
- Speaker Support
- Filming and Interviews
- Focus groups for message testing
- Short notice crisis management support / projects
- Filming, interviews, script production and editing of material
- Engagement campaign support (Internal Communications)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Options to extend term by up to 2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options to extend term by up to 2 years
two.2) Description
two.2.1) Title
Miscellaneous
Lot No
5
two.2.2) Additional CPV code(s)
- 79951000 - Seminar organisation services
- 79952000 - Event services
- 79961100 - Advertising photography services
- 79961200 - Aerial photography services
- 79961300 - Specialised photography services
- 79963000 - Photograph restoration, copying and retouching services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
London, Kent and East Sussex
two.2.4) Description of the procurement
Miscellaneous services, not limited to:
- Staging and equipment hire and support
- Event room hire and hospitality support
- Reward and store voucher supply
- Complimentary giveaways / surprise and delight
- Photography / stock images / visual output e.g. drone footage (subject to approvals).
- Podcast creative, production and distribution
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Options to extend term by up to 2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options to extend term by up to 2 years
two.2) Description
two.2.1) Title
Digital Services
Lot No
6
two.2.2) Additional CPV code(s)
- 30221000 - Digital cadastral maps
- 79342100 - Direct marketing services
- 79342200 - Promotional services
- 79342300 - Customer services
- 79342310 - Customer survey services
- 79342311 - Customer satisfaction survey
- 79342320 - Customer-care services
- 79342321 - Customer-loyalty programme
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
London, Kent and East Sussex
two.2.4) Description of the procurement
Digital Services, not limited to:
- Email marketing
- Social media
- Point to point journey API hosting and support
- Web accessibility plugin software
- UX optimisation audit
- Ongoing accessibility compliance
- Website accessibility standards maintenance
- On board media portal
- Online timetables
- Online live disruption map
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Options to extend term by up to 2 years
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options to extend term by up to 2 years
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 June 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 June 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published: To be re-tendered every 3 (minimum)
and 5 (maximum) years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
SE Trains Limited
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
SE Trains Limited
London
Country
United Kingdom