Media Services
A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £1B-£1B
- Sector
- PROFESSIONAL
- Published
- 15 Jul 2021
- Delivery
- To 26 Jul 2025 (est.)
- Deadline
- 16 Aug 2021 14:00
Concepts
Location
United Kingdom:
1 buyer
Description
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of media services to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations. It is intended that this commercial agreement will be the recommended vehicle for all media services required by UK Central Government Departments. The framework agreement will be for a duration of 4 years
Lot Division
1 | Strategic Media Activation (Media Buying)
The agency will provide domestic and international media buying services. The Lot 1 Scope and Specification can be found in the Framework Agreement: Appendix A - General Requirements Services Specification (applies to all Lots) Appendix B1, which is the Scope and Specification Appendix for Lot 1 Strategic Media Activation (Media Buying) Additional information: A framework agreement will be awarded to one (1) Agency for this Lot 1. The Potential Agency successful in being awarded to Lot 1 cannot be awarded a place on Lot 5. Please also refer to Attachment 1 About the Framework in regard to Transfer of Undertakings (Protection of Employment) Regulations 2006 (“TUPE”) and in regard to Bids from Consortiums and Holding Group of Companies. Award Criteria
| ||||
2 | Public Sector Media Planning and Buying
The Lot 2 Agencies will provide media planning and media buying services to public sector organisations, not including central government. The Lot 2 Scope and Specification can be found in the Attachment 10 Framework Agreement in: Appendix A: General Requirements Services Specification (applies to all Lots) and; Appendix B2: Lot 2 Scope and Specification. Additional information: A framework agreement will be awarded to six (6) Agencies for this Lot 2. Potential Agencies successful in being awarded a place on Lot 2 cannot be awarded a framework agreement for Lot 5. Please refer to Attachment 1 About the Framework for information on Bids from Consortiums and from Potential Agencies who are part of a Holding Group of Companies. Award Criteria
| ||||
3 | Out of Home Media
The Lot 3 Agency will be capable of providing specialist agency services related to the buying of Out-of-Home advertisements. The Lot 3 Scope and Specification can be found in the Attachment 10 Framework Agreement in: Appendix A: General Requirements Services Specification (applies to all Lots) and; Appendix B3: Lot 3 Scope and Specification. Additional information: A framework agreement will be awarded to one (1) Agency for this Lot 3. The Potential Agency successful in being awarded to Lot 3 cannot be awarded a framework agreement for Lot 5. Please refer to Attachment 1 About the Framework for information on Bids from Consortiums and from Potential Agencies who are part of a Holding Group of Companies. Award Criteria
| ||||
4 | Advertising Revenue Generation
The Lot 4 Agencies will provide services for monetisation of advertising real estate, fixtures and furnishings. The Lot 4 Scope and Specification can be found in the Attachment 10 Framework Agreement in: Appendix A: General Requirements Services Specification (applies to all Lots) and; Appendix B4: Lot 4 Scope and Specification. Additional information: A framework agreement will be awarded to three (3) Agencies for this Lot 4. Potential Agencies successful in being awarded a place on Lot 4 cannot be awarded a framework agreement for Lot 5. Please refer to Attachment 1 About the Framework for information on Bids from Consortiums and from Potential Agencies who are part of a Holding Group of Companies. Award Criteria
| ||||
5 | Service Evaluation and Performance
The Lot 5 Agencies will provide advisory, auditing and contractual compliance services specification for marketing communications services The Lot 5 Scope and Specification can be found in the Attachment 10 Framework Agreement in: Appendix A: General Requirements Services Specification (applies to all Lots) and; Appendix B5: Lot 5 Scope and Specification. Additional information: A framework agreement will be awarded to five (5) Agencies for this Lot 5. Potential Agencies successful in being awarded a place on Lot 5 cannot be awarded a framework agreement for Lots 1, 2, 3 or 4. Please refer to Attachment 1 About the Framework for information on Bids from Consortiums and from Potential Agencies who are part of a Holding Group of Companies. Award Criteria
|
CPV Codes
- 79341000 - Advertising services
- 79340000 - Advertising and marketing services
- 79341400 - Advertising campaign services
- 79342000 - Marketing services
- 92200000 - Radio and television services
- 92210000 - Radio services
- 92220000 - Television services
- 79200000 - Accounting, auditing and fiscal services
- 79210000 - Accounting and auditing services
Indicators
- Restrictions apply to the lot award allocation.
- This is a recurring contract.
- Renewals are not available.
- Professional qualifications are sought.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/8e4ffbb0-1207-4701-996b-af69e9... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government- security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to 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 implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the Framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. CCS reserve the right to award a framework agreement to any Potential Agency in Lots 2, 4 and 5 whose final score for a Lot is within 1% of the last position Please be advised the Launch date for Lot 1 will be up to 6 months and not before 01 April 2022 following the Appointment date however for Lots 2, 3, 4 and 5 the Appointment Date and the Launch date will be the same date. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
Reference
- ocds-h6vhtk-02c89f
- FTS 016685-2021