SPPD - Marketing Services (2026)

A Tender Notice
by SCOTTISH GOVERNMENT

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£40M
Sector
PROFESSIONAL
Published
26 Sep 2025
Delivery
To 07 Nov 2029 (est.)
Deadline
07 Nov 2025 12:00

Concepts

Location

Edinburgh

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

The Scottish Procurement and Property Directorate (SPPD) is the organisation tasked with procuring frameworks and contracts on behalf of Scottish public sector bodies. This Framework will be a multi-lot and multi-supplier agreement and will cover the following services: Creative Services, Digital Marketing, Public Relations, Market Research and Events and Video Production. The framework agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, , bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.

Lot Division

1 Creative Services (above 75,000 GBP)
  • Value: £14M

It is envisaged that Lot 1 will have five suppliers appointed. Creative Services will include the development, creation and delivery of effective and measurable marketing communications programmes and advertising campaigns as well as elements of wider activities, based on a Framework Public Body's brief, and potentially delivered in partnership with the relevant marketing agencies. The suppliers must have the capability and experience in managing and providing strategic creative development and delivery across the disciplines of this category, where relevant to support behaviour change, including the delivery of advertising activity, content creation, engaging field activity, impactful, targeted and measurable communications. Lot 1 will be for call off contracts above 75,000 GBP.

Award Criteria
Quality 80.0
PRICE 20.0
2 Creative Services (below 75,000 GBP)
  • Value: £2M

It is envisaged that Lot 2 will have three suppliers appointed. Creative Services will include the development, creation and delivery of effective and measurable marketing communications programmes and advertising campaigns as well as elements of wider activities, based on a Framework Public Body's brief, and potentially delivered in partnership with the relevant marketing agencies. The suppliers must have the capability and experience in managing and providing strategic creative development and delivery across the disciplines of this category, where relevant to support behaviour change, including the delivery of advertising activity, content creation, engaging field activity, impactful, targeted and measurable communications. Lot 2 will be for call off contracts below 75,000 GBP.

Award Criteria
Quality 70.0
PRICE 30.0
3 Digital Marketing Services
  • Value: £10M

It is envisaged that Lot 3 will have five suppliers appointed. Digital Marketing Services include the technical and creative development of digital materials to deliver targeted messaging and engagement with identified audiences in pursuit of Framework Public Body’s objectives and where relevant, to support behaviour change. This can consist of the development, creation and delivery of digital marketing activity, records and databases as well as the creation, collation, and maintenance of digital content across all platforms and responsibility for functionality, usability and analysis of content.

Award Criteria
Quality 70.0
PRICE 30.0
4 Public Relations
  • Value: £5M

It is envisaged that Lot 4 will have five suppliers appointed. The Supplier shall provide services covering the planning, creative approach, project delivery and evaluation of Public Relations activity as required by individual Framework Public Bodies.

Award Criteria
Quality 70.0
PRICE 30.0
5 Market Research Services
  • Value: £5M

It is envisaged that Lot 5 will have four suppliers appointed. Market Research Services require research specialists to advise and implement a range of market and customer research activities covering many aspects of communications work. This will include the development, creation and delivery of effective and measurable marketing communications programmes as well as elements of wider activities, either individually or a combination of strategic planning, field marketing, direct marketing and partnership marketing.

Award Criteria
Quality 70.0
PRICE 30.0
6 Event Services
  • Value: £2M

It is envisaged that Lot 6 will have two suppliers appointed. Events Services cover event management, virtual events, exhibition Management, and technical audio visual services required by Framework Public Bodies.

Award Criteria
Quality 70.0
PRICE 30.0
7 Video Production Services
  • Value: £2M

It is envisaged that Lot 7 will have two suppliers appointed. Video Production services cover video production & post production services required by Framework Public Bodies.

Award Criteria
Quality 70.0
PRICE 30.0

CPV Codes

  • 79340000 - Advertising and marketing services
  • 79416000 - Public relations services
  • 73110000 - Research services
  • 79952000 - Event services
  • 92111000 - Motion picture and video production services
  • 79341000 - Advertising services
  • 79341400 - Advertising campaign services

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are not available.
  • Financial restrictions apply.
  • Award on basis of price.

Other Information

In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations. Information about agencies of the Scottish Ministers ,Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies Overview of the governance structure of public procurement for Scotland, including the Public Procurement Group. https://www.gov.scot/publications/public-procurement-governance/ 1.Tenderers may bid for all Lots. However for Creative services (Lots 1 and 2) a Tenderer may only be successful in one of these Lots. For Lots 1 and 2 we will undertake the evaluation in sequence and evaluate Lot 1 first. The Tenderers with the most economically advantageous tender in Lot 1 will be the preferred Tenderers for Lot 1. If any of the preferred Tenderers for Lot 1 also bid for Lot 2, they will be eliminated from consideration for Lot 2. From the remaining bids in Lot 2 the Tenderers with the most economically advantageous tenders will be the preferred Tenderers for Lot 2. 2. In terms of framework ranking in the event of a tie the Authority reserves the right to rank the tenderers in order of highest technical score. 3. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Sco) Regs 2015. 4. Tenderers must confirm that they will pay staff that are involved in the delivery of services under the framework agreement, and/or any subsequent call off contract, at least the real Living Wage. Tenderers who fail to answer “Yes” to this question will not have their tender considered further. 5. SPD Section 2: Sub-Contractors who are not being relied upon to meet Selection Criteria - A separate SPD will not be required at this Stage. 6. SPD Q4.C.4 - Tenderers must state whether they intend, or do not intend, to use a supply chain to deliver the requirements detailed in the ITT. If Tenderers intend to use a supply chain to deliver the requirements, they should provide evidence in the SPD that they have the relevant supply chain management and tracking systems in place to ensure a resilient and sustainable supply chain. This will include confirmation that the Tenderer has the systems in place to pay subcontractors through the supply chain promptly and effectively, including evidence of: a) their standard payment terms b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm and evidence (b) they must provide an improvement plan, signed by their Director, which commits to improvements in the payment performance. Acceptable evidence includes but is not limited to: - Extract of the Tenderer’s terms & conditions detailing standard payment terms; - A summarised accounts payable report showing payment on time performance; - Payment Performance Statement Signed by External Auditor; - Credit Score/Credit Report; or - An improvement plan, signed by a Director, which commits to improvements in payment performance. Improvement plan template and further evidence examples are held within the Supplier Journey. Where a Tenderer does not intend to use a supply chain to deliver the requirements detailed in the ITT, they should clearly state this in response to Q4.C.4. Responses to Q4.C.4 will be evaluated as a “Pass” or “Fail”. Tenderers who do not achieve a “Pass” for this question will not be considered further 7. If you are an SME or 3rd sector organisation interested in working with the public sector, the Supplier Development Programme can help. Attached is a link to the Supplier Development Programme:https://www.sdpscotland.co.uk/?utm_source=pcs&utm_medium=frontpage&utm_content=march16&utm_campaign=SDP03 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30044. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: See ITT documentation contained within PCS-T. (SC Ref:809081)

Reference

Domains