Media Buying Framework – University of Strathclyde
The University of Strathclyde wishes to appoint a media buying partner to deliver targeted, effective and customer-responsive media campaigns.
United Kingdom-Glasgow: Advertising campaign services
2017/S 028-049951
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
181 St James Road, Estates Management
Glasgow
G4 0NT
United Kingdom
Contact person: Denise Kyle
Telephone: +44 1415484451
E-mail: denise.kyle@strath.ac.uk
NUTS code: UKM34
Address of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Media Buying Framework Agreement.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University of Strathclyde wishes to appoint a media buying partner to deliver targeted, effective and customer-responsive media campaigns. The range of services will include but not be limited to: press campaigns; press supplements; online profiles; digital advertising platforms; google advertising and associated advertising options for social media. This requirement is for an initial 2-year period with the option of 2 12-month extensions.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University wishes to appoint a media buying partner to deliver targeted, effective and customer-responsive media campaigns for student recruitment.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Optional 1 year extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Tenderers must meet the University’s minimum requirements stated in this Contract Notice and achieve a minimum score against each quality question, otherwise their proposal will be rejected.
Bidders may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland).
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
This section of the notice is not applicable to this procurement exercise.
III.1.2)Economic and financial standing
Bidders must meet the minimum level(s) of standards required in relation to Economic and Financial standing as detailed in this notice and the contract documents.
Bidders will be required to evidence a minimum ‘average’ yearly turnover of 512 000 GBP for the last 3 years.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Insurance = 5 000 000 GBP,
Public/Product Liability Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU contract Notice and as detailed within the Tender Documents.
Bidders must be able to demonstrate their experience working with the Higher Education Sector within the last 3 years on projects of a similar scale, scope and complexity.
The Bidders response to this section of the ESPD will be scored by an evaluation panel in accordance with the scoring convention detailed in section 4.3 of the Invitation to Tender. Bidders must score an average of 2 or above to pass this question. If the average score is below a 2 this will be deemed as a failure to meet the minimum standards for technical and professional ability.
III.2.2)Contract performance conditions:
Please refer to tender documentation for full details regarding terms and conditions.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
University of Strathclyde, Purchasing, 177 St James Road, G4 0NT.
Section VI: Complementary information
VI.1)Information about recurrence
Approximately 2 years from contract award, or 3/4 years depending on extensions.
VI.2)Information about electronic workflows
VI.3)Additional information:
Statements in relation to the ESPD:
Exclusion Grounds:
Economic operators maybe excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Scoring Methodology:
The scoring methodology used for selection criteria will be pass or fail. Section III.1.3 of this notice details the pass/fail criteria in relation to previous experience.
Award scoring methodology will be as follows:
0 — Unacceptable
1 — Poor
2 — Acceptable
3 — Good
4 — Excellent
Narrative in relation to each score can be found in the contract documents.
Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=482135.
Community benefits are included in this requirement. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
See Technical Question 5.
(SC Ref:482135).
VI.4.1)Review body
181 St James Road, Estates Management
Glasgow
G4 0NT
United Kingdom
Telephone: +44 1415484310Internet address:http://www.strath.ac.uk/
VI.4.3)Review procedure
The Contracting Authority will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. A Tenderer that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.
VI.5)Date of dispatch of this notice:
Related Posts
Media Planning and Buying for HMS Caroline
Media Planning and Buying Contract – National Museum Royal Navy
Marketing and Communication Services Framework Agreement
Halton Council Advertising Services Tender
Media Buying and Planning for University of Central Lancashire