Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
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://supplierregistration.cabinetoffice.gov.uk/dps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierregistration.cabinetoffice.gov.uk/dps
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other: Public Procurement
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Communications Marketplace DPS
Reference number: RM6124
II.1.2) Main CPV code
79340000
II.1.3) Type of contract
Services
II.1.4) Short description
Crown Commercial Service (CCS) as the Authority has put in place a Dynamic Purchasing Agreement (DPS) for services including but not limited to; the provision of marketing, communications, creative services, recruitment advertising and events for all UK central government bodies, wider public sector organisations and charities.
II.1.5) Estimated total value
Value excluding VAT:
260 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
22462000
30213100
30213200
32320000
32321200
32321300
32330000
39154000
48600000
48611000
55520000
64212300
71620000
72221000
72224000
72300000
72314000
72319000
72320000
72321000
72322000
72330000
72413000
72416000
72421000
72422000
79000000
79340000
79341000
79341100
79341200
79341400
79342000
79342100
79342300
79400000
79413000
79415200
79416000
79416100
79416200
79530000
79600000
79821100
79822300
79822500
79933000
79952000
79952100
79953000
79956000
79961000
79961100
92100000
92111000
92111210
92111220
92111250
92112000
92200000
92621000
92622000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
00 - Other NUTS code
II.2.4) Description of the procurement
The Communications Marketplace DPS Agreement will provide central government and wider public sector organisations with a means of procuring a wide range of marketing and communications services via a dynamic list of specialist agencies. Upon application to join the DPS Agreement, agencies are required to indicate which categories and services they are able to provide and bid for.
The Communications Marketplace will be organised into distinct categories to enable Agencies to select all elements relevant to their service offering.
Clients can filter the elements to produce a shortlist of Agencies to invite to a competition.
The four (4) distinct categories comprise of:
Services
Audience
Outcome
Location for delivery
Within these filters are further sub-filters that agencies can select to demonstrate the level of services they can provide.
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: 96
This contract is subject to renewal: Yes
Description of renewals:
Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6124 Communications Marketplace DPS Agreement, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Agencies will be assessed on their response to the selection criteria in their request to participate for a place on the RM6124 Communications Marketplace DPS Agreement. The registration bid pack and registration details can be accessed via the following URL address
https://supplierregistration.cabinetoffice.gov.uk/dps
and clicking on Communications Marketplace
Please read the DPS Needs document first for a full overview of the registration process and read the instructions carefully. To register for the RM6124 Communications Marketplace please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following youtube generic guide
https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0
Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:
1) Contract notice authorised customer list.
2) Rights reserved for CCS DPS Agreement.
As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/63a2c041-6317-45e9-a325-1d0a82627ef8
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.1.8) 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:
2021/S 000-018833
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/09/2027
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 value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:
(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.
(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.
We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition.
It is the suppliers responsibility to take your own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at:
https://www.gov.uk/government/publications/government-security-classifications.
Cyber essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the cyber essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement.
The term of this DPS has been updated and is now 4 year + 2 year + 2 year
The first of two (2) year lawful extension will be utilised to allow RM6124 to have a new expiry date of 4th September 2027
The justification for the extension is:
- to ensure continuity of service in a unique and specialist field. Government departments rely on Communications and it’s related services to delivery a wide range of of initiatives and campaigns
- the spend for this DPS continues to grow year on year. With a first year spend of £3.1m growing by over 5 times it’s value to £16.4m in year two
- support WPS and ALBs, spend from these sectors are growing in response to increased customer confidence and is in line with overall CCS business strategy
-This DPS allows for SMEs to access Government tenders with lower barriers to entry. Government departments are keen to work with SMEs inline with social value policies
- scope is consistently updated to reflect market changes and innovation like no other framework in the market can do
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice
12/01/2024