Campaign Solutions Framework for UK Public Sector – Market Engagement Events
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.
United Kingdom-Liverpool: Advertising and marketing services
2020/S 245-609029
Prior information notice
This notice is for prior information only
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
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
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Campaign Solutions 2
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.1)Title:
End to End Campaign Solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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.2.1)Title:
Major Events
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Development and delivery of major events including production, event management (Above GBP 5 million).
II.2.1)Title:
Communication Strategy and Planning
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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.2.1)Title:
Content Versioning and Distribution
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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.2.1)Title:
Stock Imagery, Footage and Sound
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The agency will be able to provide stock imagery, footage and sound.
II.3)Estimated date of publication of contract notice:
Section IV: Procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
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: