Tender

Provision of Audio Guide Hardware, Maintenance & Content Production

  • Historic Environment Scotland

F02: Contract notice

Notice identifier: 2023/S 000-010980

Procurement identifier (OCID): ocds-h6vhtk-03bf3a

Published 17 April 2023, 3:04pm



Section one: Contracting authority

one.1) Name and addresses

Historic Environment Scotland

Longmore House, Salisbury Place

Edinburgh

EH9 1SH

Email

procurement@hes.scot

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://historicenvironment.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00164

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.publiccontractsscotland.gov.uk/Default.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/Default.aspx

one.4) Type of the contracting authority

Other type

Non-Departmental Public Body

one.5) Main activity

Other activity

Tourism, Built Environment, Conservation, Heritage


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Audio Guide Hardware, Maintenance & Content Production

Reference number

HES/C/4132

two.1.2) Main CPV code

  • 64216200 - Electronic information services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Audio Guide Hardware, Maintenance and Content Production

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Historic Environment Scotland requires a supplier to manage and maintain audio guide hardware and content at our Properties in Care. This covers proactive and reactive maintenance of our existing hardware, including replacement where required. The contract also covers any change to different hardware over the contract lifetime. The contract further includes the planning, development and production of new high-quality audio-guide tours and changes, updates and additions to existing tours. The contract also involves providing and hosting versions of the tours for visitors’ own devices, including upkeep of existing products and the development of new ones. The contract will also include multimedia elements on the tours including images, video, and other functionality.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Following the initial 3 year period there will be the option to extend the contract for three periods of 24 months each, with a final option to extend for 12 months after this (3+2+2+2+1). If all extensions are activated the total contract length would be ten years. The estimated value given is the estimated value of the contract in the event that all extension options are taken up.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contracting Authority reserves the right to request additional deliveries by the successful Tenderer, either intended as partial replacement of supplies or installations or as extensions of existing supplies and installations.

The Contracting Authority may at its sole discretion exercise this option.

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

HES use Scotbis, an independent provider of business credit reports, to assess the financial standing of tenderers. The overall aim of this assessment is to ensure, as far as possible, that any potential Supplier will not have financial difficulties that endanger their ability to perform the Contract. If financial information cannot be gained from that source Historic Environment Scotland will request that you provide full audited accounts for the last full financial year. If Suppliers cannot provide any of the assurances as detailed above, and it is determined by HES that your financial strength is not adequate, then your company may not pass the financial evaluation. If you can provide the assurances as detailed above, HES may explore these options with you before determining whether your company can be taken forward in this procurement exercise. Bank details may also be sought to support the above.

Minimum level(s) of standards possibly required

With reference to SPD question 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:

Public Liability Insurance - 1 million GBP

Professional Risk Indemnity - 1 million GBP

Product Liability Insurance - 1 million GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C1.2 - Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience to deliver the services as described in the contract notice and tender documents.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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.2.2) Time limit for receipt of tenders or requests to participate

Date

22 May 2023

Local time

12:00pm

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: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 May 2023

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: Ten years from April 2023

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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=728431.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:728431)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=728431

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Edinburgh

Country

United Kingdom