Contract

Media Auditor Services

  • Scottish Government

F03: Contract award notice

Notice identifier: 2025/S 000-010451

Procurement identifier (OCID): ocds-h6vhtk-04c171 (view related notices)

Published 20 March 2025, 3:13pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

Claudio Swinton

Email

claudio.swinton@gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

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.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

Media Auditor Services

Reference number

SP-24-012

two.1.2) Main CPV code

  • 79341100 - Advertising consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract agreement is for the provision of Media Auditor Services. The Contractor will be required to work on behalf of the Framework Public Bodies to meet all requirements of the service. This will include undertaking a review of the Advertising purchased under the Media Planning, Buying and Associated Services Framework Agreement and provide support and advice to Framework Public Bodies. Additionally, the contractor will be required to provide technical advice and support to the award of any new Media Planning & Buying Framework.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £250,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79341100 - Advertising consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Procurement and Property Directorate (SPPD) is the organisation tasked with procuring requirements on behalf of Scottish Public Sector Bodies. The Contract will cover the provision of Media Auditor Services to undertake a review of the Advertising purchased under the Media Planning, Buying and Associated Services Framework Agreement and provide technical advice and support.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2024/S 000-038738


Section five. Award of contract

Contract No

SP-24-012

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 March 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Twenty Three Media Ltd

20-22 Wenlock Road, London

London

N1 7GU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £250,000


Section six. Complementary information

six.3) Additional information

Full details of award criteria and the weightings and scoring can be found in the Invitation to Tender.

In the event of a tie, the Authority reserves the right to appoint the tenderer with the highest quality score, if the tenderers are tied with the

same quality score, the Authority reserves the right to appoint the tenderer with the highest quality score in section 2.2 Delivery of the

Services of the tenderers bid.

Tenderers must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Tenderers who fail to answer “Yes” to this question will not have their tender

considered further.

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 (Sco) Regs 2015.

SPD Section 2: Sub-Contractors who are not being relied upon to meet Selection Criteria - A separate SPD will not be required at this

Stage.

SPD Q4.C.4 - Tenderers must state whether they intend, or do not intend, to use a supply chain to deliver the requirements detailed in the

ITT.

If Tenderers intend to use a supply chain to deliver the requirements, they should provide evidence in the SPD that they have the relevant

supply chain management and tracking systems in place to ensure a resilient and sustainable supply chain. This will include confirmation

that the Tenderer has the systems in place to pay subcontractors through the supply chain promptly and effectively, including evidence of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm and evidence (b) they must provide an improvement plan, signed by their Director, which commits to

improvements in the payment performance.

Acceptable evidence includes but is not limited to:

- Extract of the Tenderer’s terms & conditions detailing standard payment terms;

- A summarised accounts payable report showing payment on time performance;

- Payment Performance Statement Signed by External Auditor;

- Credit Score/Credit Report; or

- An improvement plan, signed by a Director, which commits to improvements in payment performance. Improvement plan template and

further evidence examples are held within the Supplier Journey.

Where a Tenderer does not intend to use a supply chain to deliver the requirements detailed in the ITT, they should clearly state this in

response to Q4.C.4.

Responses to Q4.C.4 will be evaluated as a “Pass” or “Fail”. Tenderers who do not achieve a “Pass” for this question will not be considered

further.

If you are an SME or 3rd sector organisation interested in working with the public sector, the Supplier Development Programme can help.

Attached is a link to the Supplier Development

Programme:https://www.sdpscotland.co.uk/?utm_source=pcs&utm_medium=frontpage&utm_content=march16&utm_campaign=SDP03

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28078. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:793952)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

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.