Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Ordnance Survey Limited
Explorer House, Adanac Drive
Southampton
SO16 0AS
UK
Contact person: Caroline Eadie
E-mail: caroline.eadie@os.uk
NUTS: UKJ32
Internet address(es)
Main address: www.os.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.in-tendhost.co.uk/os
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: National Mapping
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Brand Health and Campaign Tracking Services
Reference number: BS.0207
II.1.2) Main CPV code
79310000
II.1.3) Type of contract
Services
II.1.4) Short description
Ordnance Survey Ltd is Britain’s mapping agency and is responsible for the surveying, production, maintenance and marketing of a wide range of geographic information, relied on by government, business and individuals. Further information on us can be found on our website.OS requires a market research agency that can conduct quantitative brand tracking research into a clear report with actionable recommendations for how to improve. This research should not seek to duplicate our existing customer sentiment programme which already captures perceptions of OS amongst our current customers.The term of the contract will be for 2 years, with an option to extend the contract annually for a further 3 years.
II.1.5) Estimated total value
Value excluding VAT:
522 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
II.2.4) Description of the procurement
Ordnance Survey Ltd is Britain’s mapping agency and is responsible for the surveying, production, maintenance and marketing of a wide range of geographic information, relied on by government, business and individuals. Further information on us can be found on our website http://www.os.uk. OS is a private limited company (company registration number 09121572), and the entire share capital is owned by the Department for Science, Innovation and Technology. Research Brief: Measuring Ordnance Surveys’ brand health and campaign success. Project Background Ordnance Survey (OS) trusted location data and expertise is helping to build a modern digital Britain, which can show the world how to see a better place; by creating sustainable, healthy, and connected societies. Whether it’s helping more people to enjoy healthier lives outdoors, managing climate change risk, or connecting people to public services, our customers use location intelligence to get a greater understanding of the places where we live and work. We have bold ambitions and an exciting vision for our future: To be recognised as world leaders in geospatial services, creating location insight for positive impact. There are three customer groups that are critical to achieving our vision and that will ensure our future success and growth: · Leisure customers (those seeking to have fun outside); · Public Sector decision makers (those requiring location-based information to inform decisions); and · Business customers (those seeking to build solutions using Ordnance Survey data or using data to inform decisions). OS campaigns and marketing activities for 2024 are focused on growing the use of our data and services amongst these audiences by increasing awareness of what we can offer and what we do. To understand the success of our marketing activities, OS is seeking an innovative research agency with an established approach to measuring brand funnel metrics and other brand health indicators with a view to understanding the return on investment from campaign activities being conducted over the next 5 years. OS requires a market research agency that can conduct quantitative brand tracking research into a clear report with actionable recommendations for how to improve. This research should not seek to duplicate our existing customer sentiment programme which already captures perceptions of OS amongst our current customers.The duration of the contract is two years with the option to extend for a further three years, subject to performance. The total contract value is £522,000. OS cannot guarantee volume or spend.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The term of the contract will be for 2 years, with an option to extend the contract annually for a further 3 years. Therefore if all extensions were taken the full term of the contract would be for 5 years.
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:
Yes
Description of options:
The term of the contract will be for 2 years, with an option to extend the contract annually for a further 3 years. Therefore if all extensions were taken the full term of the contract would be for 5 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
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:
05/08/2024
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:
05/08/2024
Local time: 12:00
Place:
Southampton
Section VI: Complementary information
VI.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: 2 to 3years
VI.4) Procedures for review
VI.4.1) Review body
High Courts of Justice
The Royal Court of Justice
London
WC2A2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
VI.5) Date of dispatch of this notice
19/06/2024