Tender

Media Buying Agency

  • Edinburgh Napier University

F02: Contract notice

Notice identifier: 2023/S 000-035099

Procurement identifier (OCID): ocds-h6vhtk-041d6b

Published 28 November 2023, 3:43pm



Section one: Contracting authority

one.1) Name and addresses

Edinburgh Napier University

Sighthill Campus

EDINBURGH

EH11 4BN

Contact

Tony Newjem

Email

T.Newjem@napier.ac.uk

Telephone

+44 1314555326

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

National registration number

SC018373

Internet address(es)

Main address

www.napier.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00340

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

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

Media Buying Agency

Reference number

MER-ENU-2324-PRF507

two.1.2) Main CPV code

  • 79340000 - Advertising and marketing services

two.1.3) Type of contract

Services

two.1.4) Short description

Edinburgh Napier University (ENU) is looking to appoint an experienced and sector-leading Media Strategy and Buying Agency to manage and support the advertising and targeting requirements for our wide and varied marketing activities.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79341400 - Advertising campaign services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh Napier University campuses at Sighthill (postcode EH11 4BN); Merchiston (EH10 5DT); and Craiglockhart (EH14 1DJ).

two.2.4) Description of the procurement

The University is looking to develop a long-term partnership with an agency to help support the following initiatives:

1. Manage and support advertising efforts for all brand and student recruitment campaigns throughout the year, including tentpole campaigns, and always-on activities such as paid search.

2. Manage and support additional campaigns as needed, to aid with recruitment and CPD objectives.

3. Provide specialist expertise on a range of digital channels and best practice, for example how to navigate advertising with the waning prevalence of cookies.

two.2.5) Award criteria

Quality criterion - Name: (Technical) Relevant Experience / Weighting: 10%

Quality criterion - Name: (Technical) Skill Set / Weighting: 10%

Quality criterion - Name: (Strategy) Methodology / Weighting: 10%

Quality criterion - Name: (Strategy) Ability to Achieve Objectives / Weighting: 10%

Quality criterion - Name: (Strategy) Creativity and Innovation / Weighting: 10%

Quality criterion - Name: (Audience) Audience Focus / Weighting: 10%

Quality criterion - Name: (Implementation) Channel Outline / Weighting: 10%

Quality criterion - Name: (Pitch) Team Chemistry / Weighting: 20%

Quality criterion - Name: (Evaluation) Reporting and Measurement / Weighting: 7%

Price - Weighting: 3%

two.2.6) Estimated value

Value excluding VAT: £3,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Two further contract extensions each of 1 year may be activated at the University's sole discretion.

two.2.10) Information about variants

Variants will be accepted: Yes

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

Minimum yearly turnover.

-

Bidders will be required to state the value(s) for the following financial ratio(s): Acid Test Ratio

Net Current Assets

-

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.

Minimum level(s) of standards possibly required

Bidders will be required to have a minimum yearly “specific” turnover of 1000000 GBP for the last 3 years in the business area covered by the contract.

-

The acceptable range for each financial ratio is:

Acid Test Ratio: a minimum of 1.0. The ratio will be calculated as follows: liquid assets (cash and cash equivalents + marketable securities + accounts receivable) divided by current liabilities.

Net Current Assets: greater than zero. The ratio will be calculated as follows: current assets divided by current liabilities.

-

Insurances: bidders must 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 = 5000000 GBP;

Public Liability Insurance = 1000000 GBP;

Professional Risk Indemnity Insurance = 1000000 GBP.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As detailed in the Single Procurement Document Questions 4C.1.2 to 4C.12.2, bidders must demonstrate their technical and professional ability to provide the services the subject of this contract.

Minimum level(s) of standards possibly required

Bidders should provide the names and curriculum vitae for each member of the proposed team who will deliver the subject services.

-

Bidders will be required to confirm their average annual manpower for the last three years.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

8 January 2024

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 January 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25682 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The successful bidder will work with the Authority to consider what community benefits can be delivered through this Contract. These might include Student work placements and internships. For example, our School of Arts and Creative Industries partner our students with industry and community organisations to create enriching work-based projects.

(SC Ref:750582)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, 27 Chambers Street

EDINBURGH

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

six.4.2) Body responsible for mediation procedures

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, 27 Chambers Street

EDINBURGH

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court