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
Telephone
+44 1212033700
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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