Tender

CP2417-23 Public Relations Agency Support for Southern Construction Framework

  • Devon County Council
  • Hampshire County Council

F02: Contract notice

Notice identifier: 2023/S 000-036471

Procurement identifier (OCID): ocds-h6vhtk-0424ce

Published 12 December 2023, 10:24am



Section one: Contracting authority

one.1) Name and addresses

Devon County Council

County Hall, Topsham Road

Exeter

EX2 4QD

Contact

Mr Rob Gilbert

Email

rob.gilbert@devon.gov.uk

Telephone

+44 1392381675

Country

United Kingdom

Region code

UKK43 - Devon CC

Internet address(es)

Main address

http://www.devon.gov.uk

Buyer's address

http://www.supplyingthesouthwest.org.uk

one.1) Name and addresses

Hampshire County Council

The Castle

Winchester

SO23 8UJ

Contact

Mr Rob Gilbert

Email

rob.gilbert@devon.gov.uk

Country

United Kingdom

Region code

UKJ3 - Hampshire and Isle of Wight

Internet address(es)

Main address

https://www.hants.gov.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

http://www.supplyingthesouthwest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.supplyingthesouthwest.org.uk

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

CP2417-23 Public Relations Agency Support for Southern Construction Framework

Reference number

DN702752

two.1.2) Main CPV code

  • 79416000 - Public relations services

two.1.3) Type of contract

Services

two.1.4) Short description

Public relations support to Southern Construction Framework (SCF) and National Association of Construction Frameworks (NACF) commissioned by Devon County Council (DCC) on behalf of the two partner authorities. The 2-year, £55,000 per annum Contract is to provide public relations support to SCF. An additional £12,000 per annum allowance is allocated to provide public relations support for NACF, which will also be commissioned under this contract by DCC. The services required are to guide and influence SCF and NACF in respect of generating a greater tangible profile with both relevant media, influential bodies and influential people in the construction sector and related disciplines as well as any potential bodies that may use the services of SCF and NACF.

The contract is for the delivery of services in compliance with the specification for the stated fixed annual budgets. Budget allocations may be varied for any period of extension, with any change being made in accordance with the Change Control procedure set out in the Conditions of Contract. SCF reserves the right to remove the allocation for NACF from this contract in its entirety giving three months’ notice to the Supplier. In addition to the services set out in the specification SCF may on occasion wish to source additional activities (e.g., event management, social media management) at defined day rates.

The contract is for an initial term of 2 years with the option to extend for a further three periods of two years each.

two.1.5) Estimated total value

Value excluding VAT: £640,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Public relations support to Southern Construction Framework (SCF) and National Association of Construction Frameworks (NACF) commissioned by Devon County Council (DCC) on behalf of the two partner authorities. The 2-year, £55,000 per annum Contract is to provide public relations support to SCF. An additional £12,000 per annum allowance is allocated to provide public relations support for NACF, which will also be commissioned under this contract by DCC. The services required are to guide and influence SCF and NACF in respect of generating a greater tangible profile with both relevant media, influential bodies and influential people in the construction sector and related disciplines as well as any potential bodies that may use the services of SCF and NACF.

The contract is for the delivery of services in compliance with the specification for the stated fixed annual budgets. Budget allocations may be varied for any period of extension, with any change being made in accordance with the Change Control procedure set out in the Conditions of Contract. SCF reserves the right to remove the allocation for NACF from this contract in its entirety giving three months’ notice to the Supplier. In addition to the services set out in the specification SCF may on occasion wish to source additional activities (e.g., event management, social media management) at defined day rates.

The contract is for an initial term of 2 years with the option to extend for a further three periods of two years each.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £640,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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: Yes

Description of options

The contract may be extended by up to three periods of 24 months each (total period of possible extension 72 months)

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 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

19 January 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

19 January 2024

Local time

12:30pm


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: Approximately 12 months prior to the end of the contract.

six.3) Additional information

The authority reserves the right to cancel the procurement process at any stage. The authority does not bind itself to accept the lowest or any tender, and reserve the right not to award a contract. The authority reserves the right to award the contract in part, or to call for new tenders should they consider this necessary. Economic operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from them in connection with their participation in this procurement, whether incurred directly by them or their advisors or subcontractors and regardless of whether such costs arise as a consequence direct or indirect of any amendments to documents issued by the authority at any time, or as a consequence of the cancellation of the procurement by the authority. For the avoidance of doubt, the authority shall have no liability whatsoever to economic operators or their advisors or subcontractors, for any of their costs, including but not limited to those for any discussions or communications. Any contract(s) or agreement(s) entered into as a result of this contract notice shall be considered as a contract(s) or agreement(s) made under English law and subject to the exclusive jurisdiction of the English courts. If an economic operator considers that any information supplied by it during this procurement process is commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity as well as the duration of that sensitivity specified. Economic operators should be aware that even where they have indicated that information is commercially sensitive, the authority may disclose it pursuant to the Freedom of Information Act 2000 in response to a request for information where such disclosure is considered to be in the public interest. Please note that the receipt by any of the authority of any materials marked ‘confidential’ or equivalent shall not be taken to mean that the authority accepts any duty of confidence by virtue of that marking.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom