Section one: Contracting authority
one.1) Name and addresses
Scottish Parliamentary Corporate Body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
Contact
Euan Muirhead
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
Devolved Parliament
one.5) Main activity
Other activity
Legislative Body
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Webcasting Services 2021
Reference number
ICT-SER-119
two.1.2) Main CPV code
- 72413000 - World wide web (www) site design services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Parliamentary Corporate Body (SPCB) requires a Contractor to provide, design, host and maintain a website which plays live video streams and archived video-on-demand (VOD) material. In addition, the Contractor will have to enable the programming and streaming of at least 8 simultaneous meetings and a content management system to manage the streaming and subsequent creation of VOD files. The migration of data from the current contractor is also required.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The Scottish Parliamentary Corporate Body (SPCB) requires a Contractor to provide, design, host, support and maintain a website which plays live video streams and archived video-on-demand (VOD) material. In addition, the Contractor will have to enable the programming and streaming of at least 8 simultaneous meetings and a content management system to manage the streaming and subsequent creation of VOD files. The migration of data from the current contractor is also required.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
40
This contract is subject to renewal
Yes
Description of renewals
24 month extensions at the sole discretion of the SPCB.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In relation to the SPD:
4A.1: not used
4A.2: not used
three.1.2) Economic and financial standing
List and brief description of selection criteria
In relation to the SPD:
4B.1-4B.4: not used
4B.5: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 1,000,000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
4B.6: The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. Tenderers are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/
If a tenderer does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed.
If a tenderer is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out.
Minimum level(s) of standards possibly required
Tenderers should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 40 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the tender may be rejected.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2: Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice.
The examples provided must demonstrate experience of the following, as a minimum:
- Experience of building, hosting and supporting a website with similar levels of traffic/usage to the SPCB.
- Experience of building and hosting a reliable streaming/distribution service with similar levels of traffic/usage to the SPCB, where applicable providing evidence of working alongside any potential third-party streaming companies.
- Experience of supporting systems similar in nature to SPCB requirements.
- Experience in building and supporting systems for a no fail, high profile environment, such as the Scottish Parliament.
Each example should be wholly relevant to all, or part, of the services to be provided and collectively they should demonstrate experience in all parts of the services. In answering the question, a simple assertion will not be acceptable evidence; bidders should provide detailed evidence to demonstrate the breadth of their experience and capability. Should the bidder fail to demonstrate experience in all of the areas outlined as a minimum, or provide insufficient evidence to back up their experience, at the SPCB’s discretion, then the SPCB reserve the right to mark the SPD response a fail and not proceed to tender evaluation.
In relation to the SPD:
4C.2 - 4C.12: not used
Minimum level(s) of standards possibly required
In relation to the SPD:
4D.1: not used
4D.2: not used
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
In order to ensure the highest standards of service quality in this contract the SPCB requires the contractor to take a positive approach to fair work practices. Full details of all performance conditions are set out in the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
This is a business critical requirement for the Scottish Parliament. Any performance issues can potentially lead to the suspension of Parliamentary Business. Due to ongoing performance issues experienced under the current contract, a new replacement contract needs to be awarded as a matter of urgency.
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
26 February 2021
Local time
12:00pm
Changed to:
Date
5 March 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 February 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2026
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
A Bidders’ Conference will be held via Microsoft Teams on 17 February 2021, at 10:00 UK time. Further information can be found in the Tender Invitation Letter.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17933. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:642898)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court House
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom