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

CO0298 Communications and Marketing Framework 2

  • First published: 23 March 2024
  • Last modified: 23 March 2024

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-040d6b
Published by:
Essex County Council
Authority ID:
AA20967
Publication date:
23 March 2024
Deadline date:
24 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Essex County Council are looking to establish a Framework Agreement for Communications and Marketing Services. The Framework will have an initial two year term with options to extend in any number of periods not exceeding an extension period of 2 years in total. The maximum duration of the Framework will not exceed 4 years.

Suppliers appointed to the Framework will deliver services to the communications and marketing team as well as other officers across ECC who may have ad-hoc requirements. The Framework will be divided into ten Lots including:

Lot 1A: Design - Digital/Web Design: working to Web Content Accessibility Guidance (WCAG) 2.2 level AA guidelines

Lot 1B: Design - Branding: Identity and Guidelines

Lot 1C: Design – Publications

Lot 1D: Design - Generic materials

Lot 1E: Design - Campaign: concept and application

Lot 2: PR Services

Lot 3: Photography

Lot 4: Videography

Lot 5: Media Services

Lot 6: Full Service

The Framework Agreement is anticipated to commence on the 9th September 2024.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

UK

Contact person: Sophie Dunning

Telephone: +44 3330136316

E-mail: sophie.dunning@essex.gov.uk

NUTS: UKH3

Internet address(es)

Main address: https://www.essex.gov.uk/

Address of the buyer profile: https://procontract.due-north.com

I.3) Communication

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

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CO0298 Communications and Marketing Framework 2

Reference number: DN698696

II.1.2) Main CPV code

79340000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Essex County Council are looking to establish a Framework Agreement for Communications and Marketing Services. The Framework will have an initial two year term with options to extend in any number of periods not exceeding an extension period of 2 years in total. The maximum duration of the Framework will not exceed 4 years.

Suppliers appointed to the Framework will deliver services to the communications and marketing team as well as other officers across ECC who may have ad-hoc requirements. The Framework will be divided into ten Lots including:

Lot 1A: Design - Digital/Web Design: working to Web Content Accessibility Guidance (WCAG) 2.2 level AA guidelines

Lot 1B: Design - Branding: Identity and Guidelines

Lot 1C: Design – Publications

Lot 1D: Design - Generic materials

Lot 1E: Design - Campaign: concept and application

Lot 2: PR Services

Lot 3: Photography

Lot 4: Videography

Lot 5: Media Services

Lot 6: Full Service

The Framework Agreement is anticipated to commence on the 9th September 2024.

II.1.5) Estimated total value

Value excluding VAT: 6 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1A

II.2.1) Title

Design - Digital/Web Design: working to Web Content Accessibility Guidance (WCAG) 2.2 level AA guidelines

II.2.2) Additional CPV code(s)

79415200

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Suppliers must be skilled and experienced in accessible design, in line with Public Sector Bodies Accessibility Regulations 2018.

Requirements in this lot will involve but are not limited to:

• the creation and design of digital assets for website and mobile app interfaces, email templates and other digital materials, ensuring a seamless and engaging user experience.

• employing user-centred design principles to create interfaces that are intuitive and visually pleasing, optimizing the user experience.

• the development of designs that are responsive and adapt to various screen sizes and devices.

• creation of interactive elements and animations to enhance the user experience and engagement.

• selection of fonts and colour palettes to reinforce the brand identity and improve readability.

• use and maintenance of expertise in industry-standard design and prototyping software, such as Adobe XD, Sketch, Figma, and relevant tools.

• creation of wireframes, prototypes, and mock ups to illustrate design concepts and interactions.

• collaboration with cross-functional teams, including developers and product managers, to bring design concepts to life.

Suppliers must have an understanding of user experience (UX) and user interface (UI) design principles and best practices.

Ensures all digital designs adhere to accessibility standards and brand guidelines. Creates accessible pdfs and uses Acrobat accessibility checker, colour contrast checker and other accessibility tools to ensure compliance with standards.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

II.2.13) Information about European Union funds

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

Lot No: 1B

II.2.1) Title

Design - Branding: Identity and Guidelines

II.2.2) Additional CPV code(s)

79415200

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Requirements in this lot will involve but are not limited to:

• development of brand identity, brand architecture including guidelines, logo, core message.

Involves development of brand propositions, visual elements and associated multi-channel style guides for services, programmes and partnerships, including but not limited to creation of identity, colour palette, typography, look and feel.

• desk or secondary research, or interrogation of research provided, to ensure solutions are in line with the requirements of the brief.

• Ensures all digital designs adhere to accessibility standards and brand guidelines. Creates accessible pdfs and uses Acrobat accessibility checker, colour contrast checker and other accessibility tools to ensure compliance with standards.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

II.2.13) Information about European Union funds

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

Lot No: 1C

II.2.1) Title

Design – Publications

II.2.2) Additional CPV code(s)

79415200

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Requirements in this lot will involve but are not limited to:

• layout of publications, including but not limited to strategy and policy documents and information packs, which will be made available in print or online.

• typesetting and pagination of designed documents.

• ensuring all digital designs adhere to accessibility standards and brand guidelines. Creates accessibe pdfs and uses Acrobat accessibility checker, colour contrast checker and other accessibility tools to ensure compliance with standards.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

II.2.13) Information about European Union funds

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

Lot No: 1D

II.2.1) Title

Design - Generic materials

II.2.2) Additional CPV code(s)

79415200

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Requirements in this lot will involve but are not limited to:

• supply of graphic design and art working services for all media channels and formats including but not limited to posters, leaflets, social media assets, stands and event materials.

• ensuring all digital designs adhere to accessibility standards and brand guidelines. Creates accessibe pdfs and uses Acrobat accessibility checker, colour contrast checker and other accessibility tools to ensure compliance with standards.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

II.2.13) Information about European Union funds

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

Lot No: 1E

II.2.1) Title

Design - Campaign: concept and application

II.2.2) Additional CPV code(s)

79415200

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Requirements in this lot will involve but are not limited to:

• The development of creative propositions, inclusive of relevant desk and secondary research to inform development.

• Production of concepts and communications propositions across all channel options, ideally developing and testing new communications ideas prior to production.

• Development of design concepts includes origination of design approaches which are suitable for the media specified. This would require delivery of a number of creative approaches for consideration by the client, in line with the brief referenced above.

• Creative development packaged for delivery or archive, ensuring accessibility standards are adhered to.

• Development of ideas and core messages including development of a campaign style guide to ensure consistency of application.

• Application of a chosen concept to required media assets.

• Ensures all digital designs adhere to accessibility standards and brand guidelines. Creates accessible pdfs and uses Acrobat accessibility checker, colour contrast checker and other accessibility tools to ensure compliance with standards.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

PR Services

II.2.2) Additional CPV code(s)

79416000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Suppliers shall be able to provide a full PR service across a variety of projects. This may include but is not limited to:

• Development and implementation of PR strategies, plans and tactics across a wide range of

projects and campaigns. Either as a stand alone piece or in conjunction with other agencies

(e.g. media buying) delivering requirements for large scale campaigns

• Message development and definition

• Content creation and distribution strategy (including seeding, syndication, blogging, social networks, video sharing, forums)

• Stakeholder mapping and engagement

• Reputation and crisis communications management

• Workshop planning

• Commission and deliver research that can extend into PR opportunities: conferences,

awards, accreditations, speaking opportunities

• Media/Journalist management, particularly with specialist trade media

• PR events/stunts

• Media training of key spokespeople

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Photography

II.2.2) Additional CPV code(s)

79960000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Suppliers shall be required to provide photography services to ECC for promotional and marketing purposes both internally and externally including, where appropriate, storyboarding, venue/actor/models sourcing, shooting and editing. This will include but not limited to:

• offering strategic advice and guidance on best approaches;

• creation of storyboards;

• sourcing of venues, locations, props and actors/subjects/models;

• delivering the shoot;

• editing of photos;

• safe storage and sharing of images and data,

• adhering to GDPR guidelines.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Videography

II.2.2) Additional CPV code(s)

92100000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

The following (non-exhaustive) list provides the scope of the Videography LOT that suppliers

may be expected to supply all or some of, on behalf of ECC:

• Film production including pre- and post-production stages, storyboarding, venue/actor

sourcing, - - Webinars and webcasting

• Live video

• Animation.

Suppliers will be expected to manage all aspects of video production required including

provision of a rationale to support recommended approach, suggestions on implementation

including channels for dissemination and evaluation of effectiveness to demonstrate

achievement of objectives.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

II.2.13) Information about European Union funds

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

Lot No: 5

II.2.1) Title

Media Services

II.2.2) Additional CPV code(s)

79000000

92000000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Suppliers will be required to plan, cost and buy media advertising, including (but not limited

to):

• Digital – display, social, paid search and audio

• Outdoor and ambient media

• Radio

• Print

• Addressable TV and VOD

• Media partnerships

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

II.2.13) Information about European Union funds

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

Lot No: 6

II.2.1) Title

Full Service

II.2.2) Additional CPV code(s)

79000000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

Suppliers will be required to deliver a full suite of communications and marketing services

where programmes of work require a range of support. Services shall include (but not be

limited to):

• Development of strategy in line with requirements of brief

• Design (including digital design)

• PR Services

• Photography

• Videography

• Media Services

• Account management from project inception to completion

• Optimisation, reporting, evaluation and measurement

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Framework will have the option to extend in any number of periods not exceeding an extension period of 2 years in total, beyond the initial two year term. The maximum duration of the Framework will not exceed 4 years.

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 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 with a single operator.

Justification for any framework agreement duration exceeding 4 years: N/A – the maximum duration of the Framework Agreement will be 4 years should the maximum extension period of 2 years be utilised.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-030915

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/04/2024

Local time: 12:00

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

The Council considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The estimated total value set out under II.1.5 of this contract notice is the total estimated contract value including the maximum two year extension period with an inflation estimate included.

For this tender the Authority will be using the ProContract (aka Due North) eSourcing portal https://procontract.due-north.com throughout the procurement process, and all communications with Essex County Council relating to this procurement exercise must be via the portal's messaging system.

Supplier registration on the portal is free of charge and can be done via: https://procontract.due-north.com/

It is recommended that any bidder not already registered on the ProContract eSourcing portal, register at the earliest opportunity. The Council reserves the right to amend timescales for any reason and change the evaluation criteria where necessary for example if there are genuine omissions or mistakes. We also reserve the right to cancel the procurement exercise and/or not to award all or part of a contract. The Council will not be responsible for any costs incurred by bidders in relation to this procurement exercise.

Essex County Council is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR). If a bidder considers that any of this information supplied as part of this procurement exercise should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this information, identify clearly the specific information it does not wish to be disclosed and specify clearly the reasons for its sensitivity. Essex County Council shall take such statements into consideration in the event that it receives a request pursuant to FOIA and EIR which relations to the information provided by a supplier. However, if the information is requested, Essex County Council may be obliged under FOIA and/or EIR to disclose such information, irrespective of the suppliers wishes. Please note that it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.

VI.4) Procedures for review

VI.4.1) Review body

High Court, Royal Court of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 20794760000

VI.4.2) Body responsible for mediation procedures

High court, Royal Court of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 20794760000

VI.5) Date of dispatch of this notice

22/03/2024

Coding

Commodity categories

ID Title Parent category
79340000 Advertising and marketing services Market and economic research; polling and statistics
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79415200 Design consultancy services Production management consultancy services
92100000 Motion picture and video services Recreational, cultural and sporting services
79960000 Photographic and ancillary services Miscellaneous business and business-related services
79416000 Public relations services Business and management consultancy services
92000000 Recreational, cultural and sporting services Other 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:
sophie.dunning@essex.gov.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.