Section one: Contracting authority
one.1) Name and addresses
Scottish Government
AREA 3A SOUTH, VICTORIA QUAY, THE SHORE
Edinburgh
EH6 6QQ
Contact
David Bilton
Telephone
+44 1312443627
Country
United Kingdom
NUTS code
UKM - SCOTLAND
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for Media Services
Reference number
SP-20-002
two.1.2) Main CPV code
- 79416000 - Public relations services
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework Agreement is for the provision of Media Services to Framework Public Bodies throughout Scotland
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Framework Agreement for Media Services - Lot 1
Lot No
1
two.2.2) Additional CPV code(s)
- 79416000 - Public relations services
- 79310000 - Market research services
- 72310000 - Data-processing services
- 72416000 - Application service providers
- 79330000 - Statistical services
- 92400000 - News-agency services
- 92200000 - Radio and television services
- 72414000 - Web search engine providers
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
two.2.4) Description of the procurement
The framework agreement is for the provision of Media Services to Public Sector Bodies throughout Scotland.
The agreement will be for a period of 4 years.
The contractor must be able to provide the full range of Lot 1 services as detailed in the Invitation to Tender documents to Public Sector Bodies on a cost effective and best value basis.
These include:
- Print Media Coverage Service
- Broadcast Coverage Service
- Online Coverage Service
- Social Media Service
- Analytics & Evaluation Service
The contractor must provide comprehensive management information at all stages throughout the process and to all participating framework public bodies.
All Public Sector Bodies must receive a consistently high level of service, irrespective of geographical location. A degree of flexibility is required in the service delivery.
The contractor will be expected to provide resources, processes and systems that deliver continuous improvement and which demonstrate that best value is being achieved for all organisations. Improvements delivered may include but are not limited to; reduction in whole-life costs, quality, and user satisfaction.
two.2.5) Award criteria
Quality criterion - Name: Quality Weighting / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework will be placed for a 4 year period and may be subject to renewal at the end of the 4 year period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Framework Agreement for Media Services - Lot 2
Lot No
2
two.2.2) Additional CPV code(s)
- 79416000 - Public relations services
- 79310000 - Market research services
- 72310000 - Data-processing services
- 72416000 - Application service providers
- 79330000 - Statistical services
- 92400000 - News-agency services
- 92200000 - Radio and television services
- 72414000 - Web search engine providers
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
two.2.4) Description of the procurement
The framework agreement is for the provision of Media Services to Public Sector Bodies throughout Scotland.
The agreement will be for a period of 4 years.
The contractor must be able to provide the full range of Lot 2 services as detailed in the Invitation to Tender documents to Public Sector Bodies on a cost effective and best value basis.
These include:
- News Distribution and Online Newsroom Service
- Enquiry Management Service
The contractor must provide comprehensive management information at all stages throughout the process and to all participating Public Sector Bodies.
All framework public bodies must receive a consistently high level of service, irrespective of geographical location. A degree of flexibility is required in the service delivery.
The contractor will be expected to provide resources, processes and systems that deliver continuous improvement and which demonstrate that best value is being achieved for all organisations. Improvements delivered may include but are not limited to; reduction in whole-life costs, quality, and user satisfaction.
two.2.5) Award criteria
Quality criterion - Name: Quality Weighting / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework will be placed for a 4 year period and may be subject to renewal at the end of the 4 year period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must demonstrate a current ratio of 0.8 or above. See Question 1.71.1 of the SPD.
Current ratio will be calculated as follows: total current assets divided by total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
In the event that the bidder does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible for consideration where their tender submission is supported by a parent company guarantee.
Minimum level(s) of standards possibly required
It is a requirement of this framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
— public liability insurance in the sum of not less than 5 000 000 GBP for any one incident and unlimited in total. See Question 1.71.4 of the SPD,
— professional indemnity insurance in the sum of not less than 1 000 000 GBP for any one incident and unlimited in total. See Question 1.71.4 of the SPD, and
— employer’s liability insurance in accordance with any legal obligation for the time being in force. See Question 1.71.4 of the SPD
Bidders must provide a separate SPD response from entities upon whose capability/capacity they rely on in order to meet any selection criteria including economic and financial standing.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the Invitation to Tender documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2019/S 206-502148
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 March 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 March 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Within 4 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The framework agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations.
Information about agencies of the Scottish Ministers, Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at
http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies
Overview of the governance structure of public procurement for Scotland, including the Public Procurement Group.
https://www.gov.scot/publications/public-procurement-governance/
Award criteria questions can found in the ITT together with the weightings.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14063. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Contractor will be required, where practical, to:
- Consider relevant opportunities for community benefits;
- Consider opportunities for the involvement of SMEs and/or third sector organisations in delivery of this Framework;
- Provide assurance regarding workforce matters.
This may include schemes such as:
- Providing training opportunities and support to achieve qualifications;
- Supporting local communities e.g. sponsorship of local clubs etc.;
- Using social enterprises to support delivery of services.
(SC Ref:617438)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court & Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session.