Section one: Contracting authority
one.1) Name and addresses
VisitScotland
90 St Vincent Street
Glasgow
G2 5UB
Contact
Hugh Colyer
Telephone
+44 141247581
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30467
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
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
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Events
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Video and Image Production
Reference number
CWC23033
two.1.2) Main CPV code
- 92111200 - Advertising, propaganda and information film and video-tape production
two.1.3) Type of contract
Services
two.1.4) Short description
An agency or consortium of agencies is required to support Video and Image Production for the Cycling World Championships.
two.1.5) Estimated total value
Value excluding VAT: £220,000
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
An agency or consortium of agencies is required to support Video and Image Production for Cycling World Championships.
two.2.5) Award criteria
Quality criterion - Name: Agency Experience / Weighting: 10
Quality criterion - Name: Proposed Project Team Members / Weighting: 15
Quality criterion - Name: Overall Content Strategy / Weighting: 10
Quality criterion - Name: Creative Pitch / Weighting: 20
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £220,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
31 August 2023
This contract is subject to renewal
No
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
There is a minimum financial requirement of trading performance and liquidity.
As part of the evaluation we will request a copy of your accounts for the last three years.
Please refer to these statements when completing section 4B Economic and Financial Standing of the SPD (Scotland).
Minimum level(s) of standards possibly required
Tenderers must demonstrate a return on capital employed at a ratio of greater than zero. Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities).
Tenderers must demonstrate a Current Ratio of greater than 1.Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the tenders economic and financial standing.
Tenderers who have been trading for less that the three years notes above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading.
Tenderers who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent Company satisfies the financial requirements stipulated above.
Minimum Insurance Requirements
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 of insurance indicated below.
Employer's Liability Insurance
The Tenderer shall have in place and maintain, throughout the period of the contract, Employer’s Liability insurance with a minimum level of cover of 5,000,000 GBP per claim.
Public Liability Insurance
The Tenderer shall have in place and maintain, throughout the period of the contract, Public Liability insurance with a minimum level of cover of 5,000,000 GBP per claim.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers must complete Question 4C1.2 (CWC23026 Schedule 4 Technical & Professional Questionnaire of the Single Procurement Document (SPD).
The Tenderers response to this section of the SPD will be assessed and scored by the Purchaser in accordance with the scoring methodology set out in the procurement documents (see section 5.2.2 of the Invitation to Tender). Please note that the Invitation to Tender can be found in the suppliers' attachment area of Public Contracts Scotland Tenders website. The section has a total available score of 100, with an available score of 33.33 attributed to each example.
2023 Cycling World Championships Limited expects that Tenderers should attain a total score of at least 64 of the available 100 points. Any Tender failing to achieve the minimum score may (at 2023 Cycling World Championships Limited's discretion) be excluded and the Tenderer will be notified accordingly. Please note that where a Tender is excluded at the selection criteria stage, the Tender will not be evaluated under the evaluation criteria stage.
Minimum level(s) of standards possibly required
Tenderers must provide 3 relevant examples of similar size or value projects, from within the last 5 years where you have delivered similar or same services, one of which must be for multi-sport, multi-venue events.
Relevant examples should indicate project value, project duration, brief project description and client contact details.
The named customer/ event contact provided must be prepared to provide written evidence to the Client to confirm the accuracy of the information provided.
Relevant examples should also demonstrate the experience that your company, and the skills and experience of the proposed team, possess on projects of a similar scale and nature, identifying what experience this will bring.
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
5 July 2022
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: 7 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 July 2022
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 44736. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:695558)
six.4) Procedures for review
six.4.1) Review body
Sherriff Court
Edinburgh
Country
United Kingdom