Contract notice

Information

Published

Expire date: 09/08/2024

External Reference: 2024-586676

FTS Reference: 2024-020559

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Nottingham Trent University (NTU)
GB 277399933
50 Shakespeare Street
Nottingham
NG1 4FQ
UK
Contact person: Omeshika Kaggodaarachchi
Telephone: +44 1158482269
NUTS code:  UKF14 -  Nottingham
Internet address(es):
Main address: www.ntu.ac.uk

I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Creative Services
Reference number:  NTU/24/2532/OK
II.1.2)

Main CPV code

79341400  -  Advertising campaign services
II.1.3)

Type of contract

Services
II.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
II.1.5)

Estimated total value

Value excluding VAT: 1416666.70  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Campaign, Brand and Creative Strategy
Lot No:  1
II.2.2)

Additional CPV code(s)

79341400  -  Advertising campaign services
II.2.3)

Place of performance

NUTS code:  UKF14 -  Nottingham
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 791666.67  GBP
II.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
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Graphic Design Services
Lot No:  2
II.2.2)

Additional CPV code(s)

79822500  -  Graphic design services
II.2.3)

Place of performance

NUTS code:  UKF14 -  Nottingham
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 625000.00  GBP
II.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
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.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
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/08/2024
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 27/09/2024
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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 VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4 years
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

The Royal Courts of Justice
Strand
London
WC2A 2LL
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Royal Courts of Justice
Strand
London
WC2A 2LL
UK