Tender

Creative Consultancy

  • Liverpool City Council

F02: Contract notice

Notice identifier: 2023/S 000-022755

Procurement identifier (OCID): ocds-h6vhtk-03ed29

Published 4 August 2023, 2:03pm



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Council

Cunard Building, Water Street

Liverpool

L3 1DS

Contact

Ms Jessica Thomas

Email

Jessica.Thomas@liverpool.gov.uk

Country

United Kingdom

Region code

UKD72 - Liverpool

Internet address(es)

Main address

http://www.liverpool.gov.uk

Buyer's address

http://www.liverpool.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

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

Creative Consultancy

Reference number

DN679199

two.1.2) Main CPV code

  • 79413000 - Marketing management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Culture Liverpool are looking for a Creative Consultant to devise and produce creative programmes for the City of Liverpool and wider region.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool

two.2.4) Description of the procurement

Culture Liverpool are looking for a Creative Consultant to devise and produce creative programmes for the City of Liverpool and wider region, developing key event campaigns and strategies that accelerate the growth of the cultural and creative ecology. The work involves leading on the creative for various projects across multiple themes including music, maritime, sport, culture, business (including inward investment).

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

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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: No


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

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

8 September 2023

Local time

10:00am

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 September 2023

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Royal Court of Justice

London

Country

United Kingdom