Section one: Contracting authority
one.1) Name and addresses
Nottingham Trent University (NTU)
50 Shakespeare Street
Nottingham
NG1 4FQ
Contact
Omeshika Kaggodaarachchi
omeshika.kaggodaarachchi@ntu.ac.uk
Telephone
+44 1158482269
Country
United Kingdom
Region code
UKF14 - Nottingham
National registration number
GB 277399933
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/128806
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83420&B=NTU
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83420&B=NTU
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83420&B=NTU
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
Provision of Creative Services
Reference number
NTU/24/2532/OK
two.1.2) Main CPV code
- 79341400 - Advertising campaign services
two.1.3) Type of contract
Services
two.1.4) Short description
The Framework for the Provision of Creative Services, the roster of professional creatives that will have both print and digital expertise and the capabilities of delivering the scope of creative services across all mediums. University’s creative requirements will cover differing media and mixed complexity, which will be of varied length, involvement and of financial value.
Lot 1: Campaign, Brand and Creative Strategy
Lot 2: Graphic Design Services
two.1.5) Estimated total value
Value excluding VAT: £1,416,666.70
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
Campaign, Brand and Creative Strategy
Lot No
1
two.2.2) Additional CPV code(s)
- 79341400 - Advertising campaign services
two.2.3) Place of performance
NUTS codes
- UKF14 - Nottingham
two.2.4) Description of the procurement
The Framework for the Provision of Creative Services, the University is seeking to appoint a roster of professional creatives that will have both print and digital expertise and the capabilities of delivering the scope of creative services across all mediums. University’s creative requirements will cover differing media and mixed complexity, which will be of varied length, involvement and of financial value. The roster of Suppliers awarded onto the Framework shall share their expertise with NTU Marketing, the wider University, and with other Suppliers on the Framework, for a strong working partnership and delivering more improved and efficient creative services. The Suppliers shall be proficient in the use of and have relevant licences for Adobe Creative Cloud.
The University is seeking to identify and appoint a roster of Suppliers on the Framework Agreement; the description below outlines the scope of requirements for each of the Lots on the Framework .
Lot 1: Campaign, Brand and Creative Strategy:-
To lead on the supply of strategy and brand development, creative campaigns for all online and offline channels.
End-to-end 360 creative campaign delivery; from constructing a project brief and providing a creative solution.
Delivery of photography and videography capture and editing services as required for the delivery of a 360 creative campaign.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £791,666.67
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
2 years + 1 year + 1 year
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
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
Graphic Design Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79822500 - Graphic design services
two.2.3) Place of performance
NUTS codes
- UKF14 - Nottingham
two.2.4) Description of the procurement
The Framework for the Provision of Creative Services, the University is seeking to appoint a roster of professional creatives that will have both print and digital expertise and the capabilities of delivering the scope of creative services across all mediums. University’s creative requirements will cover differing media and mixed complexity, which will be of varied length, involvement and of financial value. The roster of Suppliers awarded onto the Framework shall share their expertise with NTU Marketing, the wider University, and with other Suppliers on the Framework, for a strong working partnership and delivering more improved and efficient creative services. The Suppliers shall be proficient in the use of and have relevant licences for Adobe Creative Cloud.
The University is seeking to identify and appoint a roster of Suppliers on the Framework Agreement; the description below outlines the scope of requirements for each of the Lots on the Framework .
Lot 2: Graphic Design Services:-
Supply of standalone graphic design across all mediums providing animation, illustrations, photo, video, copy editing, creating new artwork and editing existing artwork based on NTU’s brand guidelines and brief.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £625,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
2 years + 1 year + 1 year
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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: 13
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
9 August 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 September 2024
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: 2 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom