Section one: Contracting authority
one.1) Name and addresses
Scottish Parliamentary Corporate Body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
Contact
Euan Muirhead
Telephone
+44 1313486620
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
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/
one.4) Type of the contracting authority
Other type
Legislative Body
one.5) Main activity
Other activity
Devolved Parliament
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Broadcasting Systems Integration and Equipment
Reference number
NIC-G&S-120
two.1.2) Main CPV code
- 64228000 - Television and radio broadcast transmission services
two.1.3) Type of contract
Services
two.1.4) Short description
The SPCB would like to set up a framework with a maximum of 4 Contractors to provide broadcasting systems design, installation and integration services along with equipment supply and maintenance of broadcast facilities and equipment.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45232331 - Ancillary works for broadcasting
- 32210000 - Broadcasting equipment
- 32211000 - Broadcast production equipment
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The SPCB would like to set up a framework with a maximum of 4 Contractors to provide broadcasting systems design, installation and integration services along with equipment supply and maintenance of broadcast facilities and equipment.
Call-Off Contracts or projects under the framework will vary in scale and scope, ranging from a supply and install of new equipment to large infrastructure projects taking several months.
The Contractor must work in collaboration with the SPCB Broadcasting Office and provide advice and solutions on new technology entering the market and assist the Broadcasting Office in any new ways of working.
The SPCB would like to appoint 4 Contractors who can provide all of the following Services:
- Broadcast Systems Integration, including supply of equipment, to support the Broadcasting Office services including, but not limited to:
*Providing equipment to Call-Off Contract specification.
*Ensuring any new system integrates to existing SPCB systems as per specification.
- Broadcast engineering design services including, but not limited to:
*Creating system drawings and layouts.
*Creating cable schedules and other installation documentation.
- Installation and/or maintenance of broadcast equipment and systems including, but not limited to:
*Providing Contractor Personnel to install and commission new equipment.
*Providing support contracts either directly or via third parties to support existing systems.
- Training of SPCB Broadcasting staff including, but not limited to:
*Training on equipment operation
*Training on maintenance and first level system support
- Advice on new solutions and technology entering the broadcasting market including, but not limited to:
*Understanding existing SPCB systems and workflows and advising on new ways of working.
*Introducing the SPCB to new suppliers and manufacturers.
- Throughout the framework period, the SPCB intends to run mini-competitions to award specific Call-Off Contracts which will be open to all Framework Contractors. The Contractor will be asked to submit proposals including costs for specific work against a technical specification. The SPCB does not offer any guarantee as to the number or value of Call-Off Contracts which will be placed. The Contractor may decline to bid if the work is not of interest to them.
- Mini-competitions may be run for any Call-Off Contract requirement, regardless of value.
- The SPCB may also direct award Call-Off Contracts without competition only in cases where the value of the project is below 20,000 GBP. In this instance the SPCB shall directly award a Call-Off Contract to the highest ranked Contractor on the Framework following tender evaluation. Should the highest ranked Contractor not be able to meet the requirement then the SPCB may approach the second highest ranked Contractor and directly award a Call-Off Contract to them, and so on for all named Framework Providers.
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
24
This contract is subject to renewal
Yes
Description of renewals
option to extend for a further period/s of up to 24 months, 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
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 framework 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
- Product Liability Insurance = 1,000,000 GBP
- Professional Risk Indemnity Insurance = 1,000,000 GBP
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
4B.6: 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
In relation to the SPD:
4C.1.2 - Bidders must 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 in providing broadcasting system integration services including Video, Audio, Control and IP Networks.
- Experience in the supply of broadcasting equipment from multiple suppliers.
- Experience in design and documentation of broadcasting systems to industry standards.
- Experience of on-site installation of broadcasting infrastructure, ideally within an architectural significant building.
- Evidence of collaboration with key stakeholders (Facilities management, IT etc) within tight timescales during installation/integration projects.
- Experience in providing advice and guidance in taking advantage of broadcasting industry trends or new technology.
- Experience in providing support and training for new systems.
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
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
Envisaged maximum number of participants to the framework agreement: 4
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
Date
5 April 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
5 April 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Please note there are minimum requirements concerning Cyber Security for this framework to which a pass/fail marking will attach. Tenderers will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool. A link to CSPST can be found here:
https://cyberassessment.gov.scot/
The questionnaire will be aligned to a Cyber Risk Profile that has been established for the framework, based on the Contracting Authority’s assessment of cyber risk.
For this contract, minimum requirements also include the holding of Cyber Essentials certification (or equivalent).
Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23529. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Estimated value of the framework is between 4 suppliers with no guarantee of work. Call-off contracts under the framework may be low value and may require specialist sub-contractor input at short notice so not suitable for advertising.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Contractor must include community benefits as part of the delivery of the Services. Given that there is no guaranteed volume of work through the framework the Scottish Parliament have provided a menu of community benefits that the Contractor can select community benefits from based on the value of work awarded.
(SC Ref:720191)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom