Section one: Contracting entity
one.1) Name and addresses
Southern Water Services Ltd.
Southern House, Yeoman Road
Worthing
BN13 3NX
Kirsty.Lodge@southernwater.co.uk
Telephone
+44 1903264444
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
https://www.southernwater.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://southernwater.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://southernwater.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Communications and Advertising Framework
Reference number
prj_2459
two.1.2) Main CPV code
- 79340000 - Advertising and marketing services
two.1.3) Type of contract
Services
two.1.4) Short description
Southern Water Services (SWS) is in a rapid state of transformation. To support this, there is a need to put in place different contracts to assist the SWS Communications team in the provision of communications services through a new multi-lot framework. Due to the wide range of requirements, this framework will be split into five lots, with a differing number of service providers being awarded a place on the framework under each of the lots.
The five lots which form the tender are listed below. Service providers will be able to submit responses to more than one of the lots, based on their skills and capabilities;
two.1.5) Estimated total value
Value excluding VAT: £12,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 5
two.2) Description
two.2.1) Title
Strategic Communications
Lot No
1
two.2.2) Additional CPV code(s)
- 79416200 - Public relations consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Services will include but not restricted to:
Public relations services / political lobbying
Employee/stakeholder engagement, strategy and change
Corporate reputation
Crisis communications
Regulatory reports and planning services
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: £2,600,000
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
Options to extend up to a further 48 months. The value can not be determined at this time. Total 8 years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Pre-Qualification stage will rank suppliers as per the
criteria set out in the Instruction and Invitation To
Tender (IITT).
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
Full Service Campaign Support
Lot No
2
two.2.2) Additional CPV code(s)
- 79340000 - Advertising and marketing services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Services will include, but not be restricted to:
Full service campaigns, made up of the following:
Marketing strategy development
Creative for campaigns
Digital marketing and social media
Direct marketing
Internet/website/social media support
Print management and direct mail
Partnership marketing
Budgetary management
Agencies will provide a full service offering
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: £6,000,000
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
Options to extend up to a further 48 months. The value can not be determined at this time. Total 8 years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Pre-Qualification stage will rank suppliers as per the
criteria set out in the Instruction and Invitation To
Tender (IITT).
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
Radio Advertising
Lot No
3
two.2.2) Additional CPV code(s)
- 79341000 - Advertising services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
The agency will provide radio advertising services, either in-house or through sub-contracting to other agencies.
The services listed below are examples of the types of services provided. This is not an exhaustive list.
Planning and execution of radio campaigns, covering all of Southern Water’s water and wastewater region.
Ad scheduling
Events/sponsorship
On-air promotions
Recruitment advertising
Audio Production – including:
Producing radio fillers, podcasts, editorial for broadcast
Large and small scale production requirements (e.g. high production value radio/podcasts).
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: £1,600,000
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
An initial period of 4 years with option to renew for a
period or periods, of up to 4 years (total 8 year
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Pre-Qualification stage will rank suppliers as per the
criteria set out in the Instruction and Invitation To
Tender (IITT).
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
Press and Print Advertising
Lot No
4
two.2.2) Additional CPV code(s)
- 79341000 - Advertising services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Services will include, but not be restricted to:
Placing notices in local and regional newspapers, magazines and via outlet’s social media channels, both print and digital, targeting both niche and broader markets, in a variety of sizes.
The supplier should have the ability to advertise in an array of different newspaper or publications and social channels that cover both local and regional areas across Southern Water’s water and wastewater region.
Advertisement design and placement
Manage and deliver digital marketing campaigns via owned or earned channels
Targeted door-to-door distribution (optional)
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: £600,000
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
An initial period of 4 years with option to renew for a
period or periods, of up to 4 years (total 8 years)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Pre-Qualification stage will rank suppliers as per the
criteria set out in the Instruction and Invitation To
Tender (IITT).
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
Televesion and Film Creative & Production
Lot No
5
two.2.2) Additional CPV code(s)
- 92221000 - Television production services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Agencies are able to offer development and production services on a standalone basis.
Agencies are invited to bid based on capability to provide, assist, build and decision support one or more of the following services:
Brand content
Strategy and creative
Moving picture and video production – including but not limited to:
Promotional films, online content, interviews
Production requirements, including storyboarding, casting, filming, editing, colour grading, and audio mixing.
End-to-end management of TV ad production and approvals, including clearcast process.
Animation and motion graphics
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: £2,000,000
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
An initial period of 4 years with option to renew for a
period or periods, of up to 4 years (total 8 years)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Pre-Qualification stage will rank suppliers as per the
criteria set out in the Instruction and Invitation To
Tender (IITT).
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As described in the procurement documents
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
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Shortlisting will conducted at PQQ stage and tenderers invited as detailed in the procurement documents
three.1.6) Deposits and guarantees required
N/A
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Minimum financial requirements are stated within the PQQ
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
The successful partners, whether being a single contractor, prime contractor (which may be an existing
company or special purpose vehicle) or consortium, will be required to be a single legal entity
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As described in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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: 15
In the case of framework agreements, provide justification for any duration exceeding 8 years:
N/A 8 year framework only
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 January 2022
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 February 2022
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the BravoSolution e-procurement portal at:
https://southernwater.bravosolution.co.uk/ Candidates wishing to be considered for this contract must
register their expression of interest and provide additional procurement specific information through the
portal as follows: i) Candidates should register on the BravoSolution e-procurement portal at:
https://southernwater.bravosolution.co.uk/ ii) Once registered, candidates must express their interest as
follows: a) login to the portal; b) select ‘View current opportunities and notices’; c) access the listing
related to this framework d) click on Express Interest
button; iii) Once you have expressed interest, please complete the PQQ. You must then publish your
reply using the publish button; iv) For any support in submitting your expression of interest please
contact the eTendering help desk at. 0800 368 4850 or help@bravosolution.co.uk
six.4) Procedures for review
six.4.1) Review body
Southern Water Services Limited
Worthing
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Southern Water Services Limited
Southern House, Yeoman Road
Worthing
BN13 3NX
Country
United Kingdom