Services - 609029-2020

16/12/2020    S245

United Kingdom-Liverpool: Advertising and marketing services

2020/S 245-609029

Prior information notice

This notice is for prior information only

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: creativecontentcomms@crowncommercial.gov.uk
Telephone: +44 3450103503
Internet address(es):
Main address: https://www.gov.uk/ccs
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Other activity: Public Procurement

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Campaign Solutions 2

Reference number: RM6125
II.1.2)Main CPV code
79340000 Advertising and marketing services
II.1.3)Type of contract
Services
II.1.4)Short description:

Crown Commercial Service (CCS) as the authority intends to put in place a Pan Government Collaborative Agreement for the provision of creative and marketing services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including local authorities, health, police, fire and rescue, education, charities and devolved administrations. It is intended that this commercial agreement will be the recommended vehicle for all creative and marketing services required by UK Central Government Departments.

The aim of the Campaign Solutions 2 agreement is to provide public sector customers with access to an innovative, quality and value for money approach to buying communications that takes advantage of dynamic changes within the marketplace.

The framework will consist of five lots and will be for a duration of 4 years (2 + 1 + 1).

II.1.5)Estimated total value
Value excluding VAT: 490 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
II.2)Description
II.2.1)Title:

End to End Campaign Solutions

Lot No: 1
II.2.2)Additional CPV code(s)
22462000 Advertising material
72412000 Electronic mail service provider
72413000 World wide web (www) site design services
72416000 Application service providers
72420000 Internet development services
72421000 Internet or intranet client application development services
72422000 Internet or intranet server application development services
72590000 Computer-related professional services
79311000 Survey services
79340000 Advertising and marketing services
79341000 Advertising services
79341100 Advertising consultancy services
79341200 Advertising management services
79341400 Advertising campaign services
79342000 Marketing services
79342100 Direct marketing services
79413000 Marketing management consultancy services
79415200 Design consultancy services
79416000 Public relations services
79416100 Public relations management services
79416200 Public relations consultancy services
79430000 Crisis management services
79512000 Call centre
79821100 Proofreading services
79822300 Typesetting services
79822500 Graphic design services
79933000 Design support services
79961000 Photographic services
79962000 Photograph processing services
92100000 Motion picture and video services
92200000 Radio and television services
92312211 Writing agency services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Suitable for an organisation with the strategic and creative excellence to provide an end to end solution, vision and domestic and international connections to establish, contract and manage the right team at the right stage of the campaign lifecycle.

Able to orchestrate different partners (either through CCS framework partners, network, affiliates, associates and beyond) to deliver the best contribution.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Major Events

Lot No: 2
II.2.2)Additional CPV code(s)
22462000 Advertising material
30213100 Portable computers
30213200 Tablet computer
32320000 Television and audio-visual equipment
32321200 Audio-visual equipment
32321300 Audio-visual materials
39154000 Exhibition equipment
64212300 Multimedia Message Service (MMS) services
79342300 Customer services
79950000 Exhibition, fair and congress organisation services
79951000 Seminar organisation services
79952000 Event services
79952100 Cultural event organisation services
79956000 Fair and exhibition organisation services
92621000 Sports-event promotion services
92622000 Sports-event organisation services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Development and delivery of major events including production, event management (Above GBP 5 million).

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Communication Strategy and Planning

Lot No: 3
II.2.2)Additional CPV code(s)
79340000 Advertising and marketing services
79341100 Advertising consultancy services
79413000 Marketing management consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The agency should have capability in understanding how paid, owned and earned solutions are best able to support the delivery of specific and overall programme and campaign outcomes.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Content Versioning and Distribution

Lot No: 4
II.2.2)Additional CPV code(s)
22312000 Pictures
22315000 Photographs
22462000 Advertising material
32000000 Radio, television, communication, telecommunication and related equipment
32353000 Sound recordings
79342200 Promotional services
79961000 Photographic services
92100000 Motion picture and video services
92112000 Services in connection with motion-picture and video-tape production
92200000 Radio and television services
92211000 Radio production services
92221000 Television production services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The agency should be able to manage all fulfilment requirements across HMG. This will include Translation, transcreation, versioning services, all playout and distribution of assets to media across HMG, as well as delivering lower value adding creative tasks.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Stock Imagery, Footage and Sound

Lot No: 5
II.2.2)Additional CPV code(s)
22312000 Pictures
22315000 Photographs
22462000 Advertising material
32000000 Radio, television, communication, telecommunication and related equipment
32353000 Sound recordings
79342200 Promotional services
79961000 Photographic services
92100000 Motion picture and video services
92112000 Services in connection with motion-picture and video-tape production
92200000 Radio and television services
92211000 Radio production services
92221000 Television production services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

The agency will be able to provide stock imagery, footage and sound.

II.2.14)Additional information
II.3)Estimated date of publication of contract notice:
23/02/2021

Section IV: Procedure

IV.1)Description
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes

Section VI: Complementary information

VI.3)Additional information:

This prior information notice is to make the market aware of our upcoming requirement and opportunity for agencies in the creative and marketing area.

Crown Commercial Service intends to hold a series of market engagement events between December 2020 to January 2021 with industry experts and suppliers interested in potentially bidding for the resulting framework contract. If you are interested in attending a market engagement event please email creativecontentcomms@crowncommercial.gov.uk

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

The value in II.1.5) is an indicative value over 4 years.

The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming for updates.

This PIN is for information only.

Please note that for this and all new UK procurement opportunities which are launched after 23.00 on 31 December 2020, CCS will be required to publish notices relating to those procurements on the new UK Find a Tender Service (FTS). Notices will not be published on Tenders Electronic Daily (TED)/OJEU.

You are therefore advised to monitor FTS and contracts finder for the notification of the release of the ITT documents for this procurement.

FTS will be available for public use from 23.00 on 31 December 2020.

Further information can be found at https://www.gov.uk/guidance/public-sector-procurement-from-1-january-2021

The cyber essentials scheme is mandatory for central government contracts which involve handling personal information and providing certain ICT products and services. The government is taking steps to further reduce the levels of cyber security risk in its supply chain through the cyber essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are cyber essentials certified for the services under and in connection with the procurement.

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of Official/Sensitive. Bidders will be required to implement their solution in accordance with the framework agreement schedule, ‘Security Requirement and Plan’, to meet framework agreement requirements. This will be released at the ITT stage.

VI.5)Date of dispatch of this notice:
11/12/2020