Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

The Provision of Search Engine Optimisation (SEO) Agency Services

  • First published: 29 July 2022
  • Last modified: 29 July 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0356f1
Published by:
Heriot-Watt University
Authority ID:
AA79698
Publication date:
29 July 2022
Deadline date:
31 August 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

3The University is seeking an agency for SEO and Content Strategy that will cover all Brand awareness and positioning, Marketing and recruitment campaigns, student recruitment (both on-campus and HW Online), Graduate Apprenticeships, Enterprise, Edinburgh Business School, Staff Recruitment and general promotion over a range of media types, and across a range of UK and international markets.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Heriot-Watt University

Moyen House, Research Park North, Heriot-Watt University

Riccarton, Edinburgh

EH14 4AP

UK

Contact person: charyleen Emslie

E-mail: charyleen.emslie@hw.ac.uk

NUTS: UKM75

Internet address(es)

Main address: http://hw.ac.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00307

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


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

The Provision of Search Engine Optimisation (SEO) Agency Services

Reference number: HWU-UK-2122-111

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The University is seeking a Contractor to deliver an enhanced digital experience for Prospective Students, Alumni and Partners across the University website estate.

II.1.5) Estimated total value

Value excluding VAT: 700 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Heriot-Watt University

Riccarton Campus

Edinburgh

EH14 4AS

II.2.4) Description of the procurement

3The University is seeking an agency for SEO and Content Strategy that will cover all Brand awareness and positioning, Marketing and recruitment campaigns, student recruitment (both on-campus and HW Online), Graduate Apprenticeships, Enterprise, Edinburgh Business School, Staff Recruitment and general promotion over a range of media types, and across a range of UK and international markets.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 75

Cost criterion: Commercial / Weighting: 25

II.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:

The University reserves the right to extend the Agreement for a further 12 months period, subject to satisfactory performance and continuation of the University’s requirements

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

SPD Section 4.C: Technical and Professional Ability

Question Scoring Methodology:

100 – Value Add - The Tenderer has provided a strong methodology addressing all the key points requested and has also provided detail of relevant value add that they can provide.

75 – Good - The Tenderer response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provide details on how the requirements will be fulfilled.

50 - Acceptable - The Tenderer has provided an acceptable methodology addressing most of the key points listed above in detail OR the Tenderer has provided all the key points listed above but lacks detail in answering the question fully. The response provides confidence that

the requirements can be met.

25 - Minor Concerns - The Tenderer has provided a methodology addressing some of the key points listed above in detail OR the Tenderer has provided most of the key points listed above but lacks detail. The response provided does not provide confidence fully that the requirements can be met.

0 - Major Concerns - The Tenderer has failed to address the question, submitted a nil response or any element of the response gives cause for major concern

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulations 58 of the Public Contracts (Scotland) Regulations 2015.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders will be required to have a minimum “general” yearly turnover of the amount listed below, for the last 2 years. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.

The Successful Contractor will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor’s economic and financial standing.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the types and levels of insurance listed below.

Bidders also must confirm they can provide the following supporting evidence at point of award


Minimum level(s) of standards required:

Turnover Requirements

Bidders will be required to have a minimum “general” yearly turnover of 1,400,000 GBP for the last 2 years.

Insurance Requirements

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the following types and levels of insurance:

Employer's (Compulsory) Liability Insurance = 5,000,000 GBP

Product Liability Insurance = 5,000,000 GBP

Public Liability Insurance = 1,000,000 GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Please refer to these statements when completing Section 4C of the SPD.

4C.1.2. Bidders will be required to provide relevant examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the service as described in part II.2.4 of the Contract Notice.

Examples should include the following:

- Project name

- Project value

- Project description

- Personnel involved

- Project Successes/Problems

- Client Referee

Four relevant examples are requested to be submitted.

Each example must not exceed 800 words and two A4 pages.

As stated above in ‘2. Selection Stage Evaluation Criteria & Guidance’, each example will be assessed with a weighting of 25% per example provided


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about 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: 31/08/2022

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 12/09/2022

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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.

Tenderers will be asked to submit the following forms. These forms are for information only and will not be scored.

Form of Tender

Bona Fide Tender

Freedom of Information

Supply Chain Code of Conduct

The Successful Tenderer must confirm that they comply with the requirements of the Modern Slavery Act 2015.

The Successful Tenderer will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm

in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no

qualification or contra-indication from any evidence provided in support of the Contractor’s economic and financial standing.

Where the capability & capacity of a subcontractor, members of a consortia or any other body will be relied on, separate SPD(s) are

required from each of those other parties relied on.

Where subcontractors are to be used but their capability & capacity are not relied on, the University may choose to request separate

SPD(s).

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21889. The ITT code is pqq_5928.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 21889. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:701659)

VI.4) Procedures for review

VI.4.1) Review body

Sherriff Court House

Edinburgh

UK

VI.5) Date of dispatch of this notice

28/07/2022

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
charyleen.emslie@hw.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.