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

CEFAS21-64 Creative Services Framework

  • First published: 10 September 2021
  • Last modified: 10 September 2021

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:
Published by:
Cefas
Authority ID:
AA54650
Publication date:
10 September 2021
Deadline date:
11 October 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Tenderers are required to demonstrate they can provide a full design service across all types of project. This may include, but is not limited to:

• creative direction and management

• developing design concepts and content suitable across all media channels eg infographics, education materials, reports and leaflets.

• developing brand propositions, inclusive of relevant research

• designing brand identity including:

- logo

- core messages

- Intellectual Property Rights

- trademarking

- defining brand values

• developing/producing multi-channel brand guidelines

• developing/producing templates and guidelines for websites

• typesetting, proofing, and pagination

• liaison with printers/print managers

• liaison with translation companies for international products, as required

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cefas

Pakefield

Lowestoft

NR33 0HT

UK

Telephone: +44 2072385921

E-mail: procure@cefas.co.uk

NUTS: UKH1

Internet address(es)

Main address: www.cefas.co.uk

I.3) Communication

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

https://defra.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=52236


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://defra.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=52236


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CEFAS21-64 Creative Services Framework

II.1.2) Main CPV code

79933000

 

II.1.3) Type of contract

Services

II.1.4) Short description

To help Cefas meet the increasing need to communicate with audiences, we require to engage a variety of organisations to cover the expanding ‘Creative Services’ requirement by generating a Creative Services framework delivered over 3 Lots. The ‘Creative Services Framework’ will enable pre-appointed suppliers to be engaged in a ‘call-off’ style fashion providing a swift and compliant route to market as and when requirements are identified.

Tenderers have the opportunity to bid for all or any combination of the Lots, but a separate Tender must be submitted per Lot. The Lots are described below:

- Lot 1 Graphic Design

- Lot 2 Audio Visual Production

- Lot 3 Editorial and Communications Strategy

Full details are contained within the Tender package.

https://defra.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=52236

II.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: 3

II.2) Description

Lot No: 1 - Graphic design

II.2.2) Additional CPV code(s)

79822500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Tenderers are required to demonstrate they can provide a full design service across all types of project. This may include, but is not limited to:

• creative direction and management

• developing design concepts and content suitable across all media channels eg infographics, education materials, reports and leaflets.

• developing brand propositions, inclusive of relevant research

• designing brand identity including:

- logo

- core messages

- Intellectual Property Rights

- trademarking

- defining brand values

• developing/producing multi-channel brand guidelines

• developing/producing templates and guidelines for websites

• typesetting, proofing, and pagination

• liaison with printers/print managers

• liaison with translation companies for international products, as required

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

Start: 01/12/2021

End: 31/10/2024

This contract is subject to renewal: Yes

Description of renewals:

An extension of a further 2 periods of 12 months can be applied

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: 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

Lot No: 2 - Audio Visual Production

II.2.2) Additional CPV code(s)

32321300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Tenderers are required to demonstrate they can offer video and photography production services, either together or on a separate basis, covering the following elements:

• moving picture and video (broadcast, online etc) – including:

- promotional films, online content, interviews, training videos

- large and small-scale production requirements (from short informational documentaries to talking heads)

• sound – including:

- in support of video projects

- large and small-scale production requirements (from high production value radio to podcasts)

- podcasts

• stock imagery - sourcing

• digital media – driving engagement

- rich media

- video

- mobile and standard

• other channels where appropriate and as required

• animation and motion graphics (desirable, but not essential)

• experience of working onboard seagoing vessels and underwater would be desirable (although not essential)

• Experience of working internationally, or with overseas partners, including translators and actors, would be desirable, but not essential

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

Start: 01/12/2021

End: 30/11/2024

This contract is subject to renewal: Yes

Description of renewals:

An extension of the further 2 periods of 12 months

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: 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

Lot No: 3 - Editorial and Communications Strategy

II.2.2) Additional CPV code(s)

79342000

92312213

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Tenderers are required to demonstrate they can provide a wide range of editorial services across multiple media; this may include, but is not limited to:

• copy production for leaflets, booklets, annual reports, websites and other related items

• copy checking

• technical writing for specialist audiences

• copy to translate our complex science into text that engages non-science audiences, including policy, industry

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

Start: 01/12/2021

End: 30/11/2024

This contract is subject to renewal: Yes

Description of renewals:

An extension of a further 2 periods of 12 months can be applied

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: 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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 11/10/2021

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31/12/2021

IV.2.7) Conditions for opening of tenders

Date: 11/10/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Strand

London

UK

VI.5) Date of dispatch of this notice

09/09/2021

Coding

Commodity categories

ID Title Parent category
32321300 Audio-visual materials Television projection equipment
79933000 Design support services Specialty design services
79822500 Graphic design services Composition services
79342000 Marketing services Advertising and marketing services
92312213 Technical author services Artistic 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:
procure@cefas.co.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.