Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Transport for Wales
Southgate House, Wood Street
Cardiff
CF10 1EW
UK
Telephone: +44 2921673434
E-mail: procurement@tfw.wales
NUTS: UKL
Internet address(es)
Main address: http://trc.cymru
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/home.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Transport Related Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Brand Guardianship
Reference number: TfW320
II.1.2) Main CPV code
79000000
II.1.3) Type of contract
Services
II.1.4) Short description
Transport for Wales are looking for suitable providers to assist in implementing our ambitious plans to transform transport in Wales and our brand is playing and will play an increasingly key role. TfW’s aim is to build a confident, fully bilingual, customer-focused, and multi-modal brand that is trusted and respected by our key audiences and becomes a key part of the fabric of Welsh life.
Futher information can be found within the ITT documents via https://etenderwales.bravosolution.co.uk/home.html
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79413000
79000000
79342000
79416000
79416100
79416200
73300000
79415200
72224000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
TfW offices located in Cardiff, moving to Pontypridd in Nov, 2020
II.2.4) Description of the procurement
TfW wishes to appoint a provider to help us build our brand and undertake future strategic brand development we require assistance in the following areas:
-Strategic brand development and creative direction
-Brand management and guardianship
-Creative development and execution
-Strategic campaign and communications
-Expertise and experience
Our brand will need to engage a range of key audiences, each with specific needs, including:
- Leisure travellers
- Commuters
- Potential travellers
- Stakeholders
The main objectives for this contract:
- To build our brand on firm foundations and develop, evolve, refine our brand strategy
- Our brand is to embrace and drive forward TfW’s commitment to equality, diversity and inclusion.
- For TfW to establish and maintain strategic control of our brand
- To ensure the decisions we make about our brand are insight-driven and drive our engagement
- To embrace communication channels to our audiences and users of our brand, including licenced and other brand users and their creative/marketing agencies
Further information can be found in ITT V1 via the Etender Wales portal.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.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:
Extension of up to an additional 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/11/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
20/11/2020
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The ITT Documents can be found via etender Wales portal:
https://etenderwales.bravosolution.co.uk/home.html
Project: ITT_83793 - Brand Guardianship
The documents that are included are as follows:
ITT Volume 1 - Instructions and Requirements
ITT Volume 2 - Proposed terms and Conditions
ITT Volume 3 - Tender Questionnaire
ITT Volume 4 - Pricing Schedule
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=104606
(WA Ref:104606)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
08/10/2020