Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Amy Irvine
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Media Buying Services
Reference number
UOS - 24148 - 2022
two.1.2) Main CPV code
- 79340000 - Advertising and marketing services
two.1.3) Type of contract
Services
two.1.4) Short description
The University of Strathclyde requires a media agency to provide strategic media consultancy, design media buying plans and schedules for the faculties and to bring marketing activity in line with each faculties strategic intents.
two.1.5) Estimated total value
Value excluding VAT: £2,480,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79340000 - Advertising and marketing services
- 79341400 - Advertising campaign services
- 79341100 - Advertising consultancy services
- 79341200 - Advertising management services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The University of Strathclyde requires a Media Buying Agency to provide strategic media consultancy, design media buying plans and schedules for the faculties and to bring marketing activity in line with each faculty’s strategic intents.
The appointed media buying partner will be required to deliver targeted, effective and customer-responsive media campaigns. Campaigns which are scheduled to generate high quality leads that the universities marketing and communications teams can convert into applicants. Campaigns are required to have a global reach and target a multifaceted, international student demographic targeted to areas which include but are not limited to China, Thailand, USA, Germany.
The services required included but are not limited to strategic media advice on sector insights, media scheduling (including placement, negotiating rates and coordination with the central and other faculty teams) advising on partnerships/sponsorship opportunities, evaluation of number of leads generated, best copy, regular adjustments to the advertising to gain the best yield, press campaigns, press supplements, search engine advice, online recruitment profiles, Associated advertising options for social media, paid for sponsored advert, boosts, lead generation.
The contracted supplier must have digital marketing expertise and services across channels that cannot currently be managed in-house.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Commercial / Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
At solely the University's discretion, this contract can be extended for two periods of up to 12 months.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.1.2 Bidders will be required to have an average yearly turnover of a minimum of 1,000,000 GBP for the last three (3) years.
4B.5.1-4B.5.3 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 2,000,000 GBP
Professional Risk Indemnity Insurance = 2,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2
Minimum level(s) of standards possibly required
4C.1.2 Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.
The bidder should use the template provided for them to answer the Technical and Professional ability question 4C.1.2 of their SPD (Scotland) response.
The bidder must provide 3 examples from the past 3 years that demonstrates that they can fulfil the requirements outlined under II.2.4 Description of the Procurement within the Contract Notice.
This question will be scored in accordance with the Scoring Methodology noted in Section 4.2 of the ITT document by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied. Please note, the Tenderer must score a minimum of 2 as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
28 July 2022
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 July 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 40781. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:696883)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G59TW
Country
United Kingdom