Tender

Framework Agreement for the Provision of Public Health Behavioural Change Marketing

DERBYSHIRE COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

11 May 2026 at 12:25

Summary of the contracting process

Derbyshire County Council has initiated a procurement process to establish a Framework Agreement for Public Health Behavioural Change Marketing. The tender, recorded under the ID CPH139, is tagged as a 'tender' and was released on 11 May 2026. This project concerns marketing and public relations services with the primary aim of achieving measurable behaviour change supporting the Council's Public Health objectives in the region UKF13. The framework agreement is set to start on 1 December 2026, lasting until 30 November 2028, with potential extensions making the total duration up to four years. The procurement method is an open procedure, and the tender submission deadline is 5 June 2026, following the tender period end date.

This tender offers promising opportunities for businesses specialising in advertising, marketing, and health and social work services. Small and medium-sized enterprises (SMEs) with the capability to deliver behavioural insight-led campaigns, audience segmentation, and media planning are well-suited to participate. As the framework will be awarded to a single provider, businesses with proven expertise and a comprehensive portfolio demonstrating their ability to implement effective behavioural change strategies are likely to benefit. Additionally, considering the substantial contract value of £4,000,000 (excluding VAT), this represents a significant opportunity for growth and long-term collaboration with Derbyshire County Council under structured performance and service level agreements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Framework Agreement for the Provision of Public Health Behavioural Change Marketing

Notice Description

The Council seeks to appoint a Single Provider under a Framework Agreement for comprehensive marketing campaign services that achieve measurable, sustained behaviour change supporting the Council's Public Health priorities, for example, but not limited to, enabling good mental health, enabling the best start in life, reducing poverty, encouraging good financial wellbeing and protecting and enabling people of all ages to live safe and healthy lives. The framework agreement will commence on 01 December 2026 for a period of two years to 30 November 2028, with the option to extend for two (2) additional twelve (12) month extension periods (2+1+1). The total framework term will be a maximum of 4 years. There will be a mobilisation period from 21 September to 01 December 2026. The estimated total contract value of PS4,000,000 (excluding VAT) represents the maximum aggregate value across all Call-Off Contracts over the full term (including extensions). Prospective tenderers should note that this contract may be affected by Local Government Reorganisation (LGR). In accordance with Schedule 8 of the Procurement Act 2023, this contract may be novated to a successor council or otherwise modified to reflect the requirements of any new council arrangements arising from LGR. The exact nature of any modification or novation cannot be determined at this time, but such changes will be managed under both the Procurement Act 2023 and the contractual provisions.

Lot Information

Lot 1

Renewal: Initial contract term is for up to two years from 01 December 2026 and will run until 30 November 2028, with the option to extend for a further two 12 months. The total contract term will be up to a maximum of 4 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0695b6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/042995-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security

85 - Health and social work services


CPV Codes

79340000 - Advertising and marketing services

79416000 - Public relations services

85000000 - Health and social work services

Notice Value(s)

Tender Value
£4,000,000 £1M-£10M
Lots Value
£4,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 May 20263 days ago
Submission Deadline
5 Jun 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Dec 2026 - 30 Nov 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DERBYSHIRE COUNTY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
MATLOCK
Postcode
DE4 3AG
Post Town
Derby
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF13 South and West Derbyshire
Delivery Location
TLF1 Derbyshire and Nottinghamshire

Local Authority
Derbyshire Dales
Electoral Ward
Matlock West
Westminster Constituency
Derbyshire Dales

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0695b6-2026-05-11T13:25:25+01:00",
    "date": "2026-05-11T13:25:25+01:00",
    "ocid": "ocds-h6vhtk-0695b6",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWZQ-2162-JJQL",
            "name": "Derbyshire County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWZQ-2162-JJQL"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Matlock",
                "postalCode": "DE4 3AG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF13"
            },
            "contactPoint": {
                "name": "Caroline May",
                "email": "Countyprocurementcompliance.team@derbyshire.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.derbyshire.gov.uk/home.aspx",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWZQ-2162-JJQL",
        "name": "Derbyshire County Council"
    },
    "tender": {
        "id": "CPH139",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Framework Agreement for the Provision of Public Health Behavioural Change Marketing",
        "description": "The Council seeks to appoint a Single Provider under a Framework Agreement for comprehensive marketing campaign services that achieve measurable, sustained behaviour change supporting the Council's Public Health priorities, for example, but not limited to, enabling good mental health, enabling the best start in life, reducing poverty, encouraging good financial wellbeing and protecting and enabling people of all ages to live safe and healthy lives. The framework agreement will commence on 01 December 2026 for a period of two years to 30 November 2028, with the option to extend for two (2) additional twelve (12) month extension periods (2+1+1). The total framework term will be a maximum of 4 years. There will be a mobilisation period from 21 September to 01 December 2026. The estimated total contract value of PS4,000,000 (excluding VAT) represents the maximum aggregate value across all Call-Off Contracts over the full term (including extensions). Prospective tenderers should note that this contract may be affected by Local Government Reorganisation (LGR). In accordance with Schedule 8 of the Procurement Act 2023, this contract may be novated to a successor council or otherwise modified to reflect the requirements of any new council arrangements arising from LGR. The exact nature of any modification or novation cannot be determined at this time, but such changes will be managed under both the Procurement Act 2023 and the contractual provisions.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79340000",
                        "description": "Advertising and marketing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79416000",
                        "description": "Public relations services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF1",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 4800000,
            "amount": 4000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "This Framework Agreement will be awarded to a single provider with demonstrable capability in delivering behavioural change marketing services. The Framework will operate on a single-provider basis, with all call-off contracts awarded by way of direct award to the appointed provider in accordance with the terms and conditions of the Framework. The scope of services under the Framework may include, but is not limited to, the development and delivery of behavioural insight-led campaigns, audience segmentation, creative development, media planning and buying, and campaign evaluation. The Contracting Authority reserves the right to refine and vary the scope of individual call-offs to reflect specific project requirements. Pricing for call-off contracts will be based on the rates and pricing structure submitted as part of the tender and agreed at Framework award. The Framework will have a duration of 4 years, with individual call-off contracts awarded for defined periods within the Framework term. Performance will be managed through agreed key performance indicators (KPIs) and service levels, which may be specified at Framework level and/or refined for individual call-off contracts. The Contracting Authority reserves the right to incorporate continuous improvement measures, benchmarking, and performance review mechanisms throughout the duration of the Framework."
            }
        },
        "submissionMethodDetails": "https://www.eastmidstenders.org",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-06-05T11:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-22T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-21T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 4800000,
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 80,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "See Tender Documents"
                        },
                        {
                            "type": "technical",
                            "description": "See Tender Documents"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-12-01T00:00:00Z",
                    "endDate": "2028-11-30T23:59:59Z",
                    "maxExtentDate": "2030-11-30T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial contract term is for up to two years from 01 December 2026 and will run until 30 November 2028, with the option to extend for a further two 12 months. The total contract term will be up to a maximum of 4 years."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "See tender documents",
                "url": "https://procontract.due-north.com/Advert?advertId=cec4cd2b-ee21-f111-813c-005056b64545&fromProjectDashboard=True"
            },
            {
                "id": "042995-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/042995-2026",
                "datePublished": "2026-05-11T13:25:25+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "See Tender documents"
        },
        "riskDetails": "Prospective tenderers should note that this contract may be affected by Local Government Reorganisation (LGR). In accordance with Schedule 8 of the Procurement Act 2023, this contract may be novated to a successor council or otherwise modified to reflect the requirements of any new council arrangements arising from LGR. The exact nature of any modification or novation cannot be determined at this time, but such changes will be managed under both the Procurement Act 2023 and the contractual provisions."
    },
    "language": "en"
}