London Legacy Development Corporation is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Customer Relationship Management Services |
Notice type: | Contract Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | London Legacy Development Corporation (LLDC) require a strategic CRM marketing agency to deliver a CRM solution for Queen Elizabeth Olympic Park (QEOP), London Stadium (LS) and SHIFT to deliver a B2C and B2B CRM Solution which will empower conversations with Park partners and prospects to drive revenue. This contract will be let also for the benefit of GLA Group. Our new CRM solution must have the ability to ingest data from multiple sources and add new data feeds as we expand the Park-wide CRM solution. The estimated total spend (including any ad-hoc provisions) is £450k for the duration of: up to 6 months mobilisation period, 4 years plus additional 2 years (on 1+1 basis subject to authority's discretion). |
Published: | 25/11/2024 20:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Legacy Development Corporation
5 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 74000000, Email: Procurement@londonlegacy.co.uk
Contact: Fotis Bountalis
Main Address: https://www.queenelizabetholympicpark.co.uk/
NUTS Code: UKI4
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Business-services:-law%2C-marketing%2C-consulting%2C-recruitment%2C-printing-and-security./986S2C2G37
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Other type:: Mayoral Development Corporation
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Customer Relationship Management Services
Reference Number: Not provided
II.1.2) Main CPV Code:
79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: London Legacy Development Corporation (LLDC) require a strategic CRM marketing agency to deliver a CRM solution for Queen Elizabeth Olympic Park (QEOP), London Stadium (LS) and SHIFT to deliver a B2C and B2B CRM Solution which will empower conversations with Park partners and prospects to drive revenue. This contract will be let also for the benefit of GLA Group.
Our new CRM solution must have the ability to ingest data from multiple sources and add new data feeds as we expand the Park-wide CRM solution. The estimated total spend (including any ad-hoc provisions) is £450k for the duration of: up to 6 months mobilisation period, 4 years plus additional 2 years (on 1+1 basis subject to authority's discretion).
II.1.5) Estimated total value:
Value excluding VAT: 450,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI4 Inner London – East
II.2.4) Description of procurement: We are looking for a marketing agency to deliver a service which will include:
1. sending marketing communications to both our B2C and B2B audiences
2.provide a B2B sales funnel / stakeholder management solution.
3.provide a single view of our diverse audiences.
4.deliver a technical solution that is GDPR compliant
5.support our wider marketing our goals as we move forwards into an exciting time for the Park and Stadium
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 450,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 78
This contract is subject to renewal: Yes
Description of renewals: A retender will take place on year 4 or additional year 1.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Duration of contract:
4-6 months Migration build
+ 4 years main contract
Extension options for 1+1 years
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:
Bidders proposing to use Microsoft Dynamics should exclude the costs of the MS Dynamics Licence (LLDC will combine the internal cost of MS Dynamics licence to the bids costs for the purpose of evaluation).
Bidders proposing to use a different solution need to include the costs associated with their technology solution.
None of the above can be beyond the £450k for duration of 6 years & up to 6 months mobilisation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
KPIs are in the specifications
III.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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: 21 days as we are using an electronic tendering tool
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2024/S 000 - 000001
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/12/2024 Time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 18/12/2024
Time: 13:00
Place:
LLDC Offices
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Business-services:-law%2C-marketing%2C-consulting%2C-recruitment%2C-printing-and-security./986S2C2G37
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/986S2C2G37
VI.4) Procedures for review
VI.4.1) Review body:
London Legacy Development Corporation
Level 9, 05 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 740000000
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 25/11/2024
Annex A