Tender

ESC22207 - Marcomms Framework

  • Energy Systems Catapult

F02: Contract notice

Notice identifier: 2022/S 000-001802

Procurement identifier (OCID): ocds-h6vhtk-030da3

Published 21 January 2022, 9:25am



Section one: Contracting authority

one.1) Name and addresses

Energy Systems Catapult

7th Floor, Cannon House, The Priory Queensway

Birmingham

B4 6BS

Contact

Mr Jim Owen

Email

jim.owen@es.catapult.org.uk

Telephone

+44 1212033700

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://es.catapult.org.uk/

Buyer's address

https://es.catapult.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=e29e6403-5878-ec11-8110-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=e29e6403-5878-ec11-8110-005056b64545

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

R&DI in energy challenges on the way to Net Zero


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ESC22207 - Marcomms Framework

Reference number

DN592377

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

Energy Systems Catapult is setting up a framework and we are inviting creative design agencies, communications specialists, digital marketers, and visual production specialists to apply for the tender.

Since inception in 2015, the Catapult has evolved its brand into an exciting, innovative and forward-looking organisation. We are looking for organisations who will challenge our boundaries even further and offer creative and innovative solutions to our marketing and communications work.

two.1.5) Estimated total value

Value excluding VAT: £2,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

PR (public relations) specialists, copywriting, content creation and proofreading

Lot No

1

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79340000 - Advertising and marketing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

ESC offices and or offices of successful provider.

two.2.4) Description of the procurement

Agencies on this lot are capable of translating communications strategy into marcomms deliverables, and producing, actionable, effective, cost efficient and measurable content across all relevant channels. This may include, but is not limited to:

• Offering a traditional public relations service using a wide variety of channels

• Providing detailed media and channel recommendations

• Offering recommendations for brand awareness and media management

• Using data and analytics to justify investment decisions

• Design and develop content in line with ESC’s services and offerings

• Design and develop high-quality methods of dissemination for content

• Research, write and develop case-studies

• Develop positioning and messaging

• Development of creative propositions, inclusive of relevant research including the delivery of brand and values workshops

• Training, including media training, crisis handling etc.

• Public affairs strategy service

two.2.5) Award criteria

Quality criterion - Name: Technical Capabilities / Weighting: 90

Cost criterion - Name: Commercial Submission / Weighting: 10

two.2.6) Estimated value

Value excluding VAT: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Digital marketing and social media specialists

Lot No

2

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

ESC offices and or offices of successful provider.

two.2.4) Description of the procurement

Agencies can provide digital marketing services and products both as sole services/products and to integrate with wider campaigns, with a particular focus on digital lead generation campaigns using all mediums and channels available to them. In addition, we are looking for agencies who are experts on social media and how to develop this channel for use and integration with marketing campaigns. This may include, but is not limited to:

• Digital campaign development and management

• Expertise and knowledge in the use of paid media, SEO, optimisation and analytics and reporting

• Content creation and management

• Social media execution/implementation and strategy

• Interactive tools including apps

• Digital collateral

two.2.5) Award criteria

Quality criterion - Name: Technical Capabilities / Weighting: 80

Cost criterion - Name: Commercial Submission / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Design, Digital and Traditional

Lot No

3

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

ESC offices and or offices of successful provider.

two.2.4) Description of the procurement

Agencies can provide a full design service across all types of project. This may include, but is not limited to:

• Creative direction and management

• Developing design concepts suitable across all media channels, including online and offline.

• Designing/developing brand collateral to include, but not limited to:

o Brochures

o Infographics and icons

o Magazines, booklets and programmes

o Stationery and marketing products

o Large scale graphics including hoardings

o Events stands, boards, banners, displays, vinyls

o Bespoke collateral

o Posters

o Reports, guides, manuals and workbooks

o Imagery / illustrations /animations

o HTML emails

o Digital brochures

o Interactive tools and presentations

• Designing brand identity including:

o Logo

o Core messages

o Intellectual Property Rights

o Trademarking

• Developing/producing multi-channel brand guidelines

• Typesetting, proofing and pagination

• Liaison with printers/print managers and event or digital production teams

two.2.5) Award criteria

Quality criterion - Name: Technical Capabilities / Weighting: 80

Cost criterion - Name: Commercial submission / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £700,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Visual Content, including photography, video and digital production

Lot No

4

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

ESC offices and or offices of successful provider.

two.2.4) Description of the procurement

Agencies are capable of producing one or more of the following:

• Production and editing of moving picture and video (TV, web, social etc) – including:

o Promotional films, online, content, interviews

o Videoing of events/workshops

o External or internal interview videos

o Editing of in-house produced content

• Animation and motion graphics including fly-throughs

• Drone footage

• Augmented reality and bespoke VR/AR technology (visual projection, goggles etc).

• Still photography

• Headshots

• External filming of case studies with partners/customers

• Sourcing of B roll and/or stock imagery to complement video production

two.2.5) Award criteria

Quality criterion - Name: Technical Capabilities / Weighting: 60

Cost criterion - Name: Commercial Proposal / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 12

In the case of framework agreements, provide justification for any duration exceeding 4 years:

n/a

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2022

Local time

2:30pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 February 2022

Local time

3:00pm

Place

Due to current COVID Restrictions and current working practices, it is not possible to hold a

tender opening, therefore a meeting held on Microsoft Teams will be conducted where a

nominated individual will Open the tenders and another nominated individual will note the

responses received accordingly.

Information about authorised persons and opening procedure

They will be opened by the Procurement Manager and checked by a Procurement team member.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In the first instance, all appeals should be promptly brought to the attention of the contact

specified in Section I above, and will be dealt with in accordance with the requirements of

the Public Contracts Regulations 2015. Any appeals must be brought within the timescales

specified by the applicable law, including without limitation, the Public Contracts

Regulations 2015. In accordance with the Public Contracts Regulations 2015, the

contracting authority will also incorporate a minimum 10 calendar day standstill period from

the date information on award of contract is communicated to tenderers.

As the UK does not have any special review body with responsibility for appeal/mediation

procedures in public procurement competitions, any challenges will be dealt with by the

High Court, Commercial Division, to which proceedings may be issued regarding alleged

breaches of the Public Contracts Regulations 2015.

six.4.4) Service from which information about the review procedure may be obtained

Royal Court of Justice

London

Country

United Kingdom