Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Suffolk County Council
Procurement and Contract Management, Endeavour House, 8 Russell Road
For the attention of: Brian Foster
IP1 2BX Ipswich
UNITED KINGDOM
Telephone: +44 1473265189
E-mail:
Internet address(es):
General address of the contracting authority: www.suffolk.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Strategic Tourism Services for Suffolk
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 26: Recreational, cultural and sporting services
NUTS code UKH14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)The purpose of this Contract is to facilitate, on behalf of Suffolk local authorities and New Anglia Local Enterprise Partnership (NALEP) the development of the Suffolk tourism brand and to enable the county's Destination Marketing Organisations (DMOs) to develop and become more established and self-sufficient.
The contract will be overseen by the Contract Monitoring Group ("CMG”) reporting to the Joint Economic Development Cabinet Member group. The CMG is composed of representatives of the funding partners.
The successful Contractor will deliver a range of agreed activities, as specified in the tender documentation, to contribute towards the achievement of ensuring that
Suffolk is a premier, responsible, tourism destination, attracting leisure and business visitors throughout the whole year and that the Suffolk brand is viewed as representing real quality, with Suffolk's environment being a key factor in its tourism appeal”, The ultimate aim is to increase the economic activity generated by the visitor economy and maximising employment opportunities offered by the sector to ensure its long term social, economic and environmental sustainability.
Services to be delivered under the Contract fall under the following main categories:
The Maintenance and development of the suite of website: www.visitsuffolk.co.uk http:/
The Development and support for local promotional campaigns, including close working with Suffolk tourism partners.
Research and market intelligence, such as economic impact studies.
Training and business development.
These categories are not exhaustive and a full and detailed list of Services is provided in the Service Specification document. Delivery of the services and scoping of future activity will be monitored by, and agreed with, the CMG.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The contract will be awarded to a single service provider, and will be in place for a period of 27 months, from 1.1.2013 and 31.3.2015. The figure of GBP 310,000 represents the likely value of the contract over this period.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion Starting 1.6.2013. Completion 31.3.2015
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Joint and Several Liability
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:CD0752-1.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 8.3.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate8.4.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 8.4.2013 - 13:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresRefer to Section 1.
Body responsible for mediation procedures
Refer to Section 1.
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:22.2.2013