United Utilities Marketing and Communication Services Framework
United Utilities is seeking to appoint a number of external agencies to ensure we communicate effectively to our customers and the general public across the North West of England, and nationally to stakeholders.
United Kingdom-Warrington: Advertising and marketing services
2017/S 247-521098
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
United Kingdom
Contact person: Jaime Sheldon
Telephone: +44 1925678021
E-mail: jaime.sheldon@uuplc.co.uk
NUTS code: UKDInternet address(es):Main address: http://www.unitedutilities.com
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
PRO003590 — Services-Framework-Marketing and Communication Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
United Utilities is seeking to appoint a number of external agencies to ensure we communicate effectively to our customers and the general public across the North West of England, and nationally to stakeholders. To help us do this, we need to be able to call on agencies to provide a wide range of communication skills, services, and knowledge. To achieve this United Utilities have scoped out 7 lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 – Events
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers must be able to deliver on a wide range of event-related services including all project planning, event production, technical services, stand production, venue sourcing, and provision of on-site resource to manage and coordinate events.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Please refer to procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
An initial 3-year term with options to extend for 5 years, at 1-year intervals (1 + 1 + 1 + 1 + 1).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 – Media buying
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
All media buying and planning on and offline. This will include translating communication strategy into detailed media recommendations, building audience models using client and industry data and using data and analytics to justify channel recommendations and investment decisions.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Please refer to procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
An initial 3-year term with options to extend for 5 years, at 1-year intervals (1 + 1 + 1 + 1 + 1).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 – Public relations
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Agencies must be capable of providing the full breadth of public relations services including message definition across relevant campaigns, audience insight, on and off line activities, and media release writing, distribution and follow-up to increase take-up of messages across targeted media.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Please refer to procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
An initial 3-year term with options to extend for 5 years, at 1-year intervals (1 + 1 + 1 + 1 + 1).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4 – Creative development and delivery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Agencies to be able to provide all creative development, delivery and management across all media channels. This will include developing design concepts around campaign propositions, prepare all on and off line creative and print management.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Please refer to procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
An initial 3-year term with options to extend for 5 years, at 1-year intervals (1 + 1 + 1 + 1 + 1).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5 – Digital marketing and social media
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Agencies who specialise in digital marketing and social media and can demonstrate expertise in campaign development, channel planning, creative development, delivery and measurement across all digital channels.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Please refer to procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
An initial 3-year term with options to extend for 5 years, at 1-year intervals (1 + 1 + 1 + 1 + 1).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 6 – Print
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Printers must have the ability to print on a wide range of materials and sizes, offer advice on suitable paper stocks to meet any environmental requirements, and manage delivery and fulfilment/posting if required.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Please refer to procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
An initial 3-year term with options to extend for 5 years, at 1-year intervals (1 + 1 + 1 + 1 + 1).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 7 – Video
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Agencies must to be able to deliver across the range of video production services including script writing and development, story boarding, film production, motion graphics/animation, casting, location sourcing, subtitles and signing (if required).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Please refer to procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
An initial 3-year term with options to extend for 5 years, at 1-year intervals (1 + 1 + 1 + 1 + 1).
II.2.13)Information about European Union funds
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
Please refer to procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
Please refer to procurement documents.
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
City of Westminster
London
United Kingdom
VI.5)Date of dispatch of this notice: