Section one: Contracting entity
one.1) Name and addresses
Rail Delivery Group
First Floor, North, 1 Puddle Dock
London
EC4V 3DS
Contact
Tosin Sanusi
tosin.sanusi@raildeliverygroup.com
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.raildeliverygroup.com/
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://raildeliverygroup.tlb.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://raildeliverygroup.tlb.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Marketing & Branding Research
two.1.2) Main CPV code
- 73110000 - Research services
two.1.3) Type of contract
Services
two.1.4) Short description
The Rail Delivery Group (RDG) is seeking a supplier to manage a comprehensive consumer research programme for our national marketing and Railcard campaigns. RDG oversees the promotion of the UK rail industry, including the “Nothing Beats Being There” (NBBT) national marketing campaign and a range of Railcard products offering discounted fares.
The research will evaluate the performance of these campaigns, track brand awareness, and provide actionable insights for ongoing and future strategies. The successful supplier will deliver continuous data collection, pre- and post-campaign analysis, and creative testing, with results reported on a periodic and quarterly basis. Collaboration with other RDG marketing partners is essential to ensure an integrated approach to performance measurement and optimisation.
Interested parties are invited to participate in the tender process through RDG’s eProcurement system, where they can access the full tender documentation and submit their proposals. For more details and to respond to this notice, please visit the link below:
https://raildeliverygroup.tlb.app.jaggaer.com/
Once registered to the above platform, please search for - Marketing & Branding Research RFI and complete
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73110000 - Research services
- 79300000 - Market and economic research; polling and statistics
- 79310000 - Market research services
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
RDG is seeking a supplier to deliver a comprehensive consumer research programme to evaluate the performance of national marketing campaigns, Railcard promotions, and the National Rail brand. The research will focus on tracking and measuring key metrics related to awareness, campaign impact, and creative effectiveness across a variety of platforms and formats.
Indication of Needs and Requirements:
1. Continuous Campaign Tracking
2. Railcard Campaign Evaluation
3. Creative Pre-Testing and Post-Campaign Analysis
4. Brand and Product Tracking
5. Data Collection and Reporting:
6. Collaboration and Flexibility:
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
The option to extend will be for up to a further 2 years as increments of no less than 12 months
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: Yes
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
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Please refer to the tender documents for more information
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Please refer to the tender documents for more information
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Please refer to the tender documents for more information
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the tender documents for more information
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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
4 October 2024
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 October 2024
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: 12 (from the date stated for receipt of tender)
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
Rail Delivery Group
First Floor North, 1 Puddle Dock,
London,
EC4V 3DS
Telephone
+44 2078418000
Country
United Kingdom