Section one: Contracting authority
one.1) Name and addresses
Redress Scotland
PO Box 27177
Glasgow
G2 9NL
Telephone
+44 3002449090
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
https://www.publiccontractsscotland.gov.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30538
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/
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/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Social protection
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Media Management Services
Reference number
RSS-2022-20
two.1.2) Main CPV code
- 79416100 - Public relations management services
two.1.3) Type of contract
Services
two.1.4) Short description
Supporting development and delivery of communications strategy and the operational approaches.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79416100 - Public relations management services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
Redress Scotland's requirement includes supporting development and delivery of communications strategy and the operational approaches. While this is a reasonably broad scope, the nature of the communications is such that it is complex and sensitive. The range of key stakeholders and the level of public interest mean that a sophisticated and high quality communications approach is needed with significant expertise and experience in similar and related areas.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
The Contract Period may be extended up to a maximum of 48 months after the initial period, at the sole discretion of Redress Scotland.
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 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
Originally published as:
Date
12 July 2023
Local time
3:00pm
Changed to:
Date
31 July 2023
Local time
3:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 July 2023
Local time
3:00pm
Place
Glasgow
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
Tenderers must demonstrate their ability to work with an organisation facing similar challenges to Redress Scotland by clearly demonstrating expertise in working in complex and sensitive communications areas, particularly in relation to childhood abuse, historical abuse and the impact of trauma on children and adults.
Tenderers must demonstrate their ability to support public bodies in working on communications collaboratively and constructively, while maintaining the public body’s independence, with the Tenderer being likely to have regular and direct contact with Scottish Government and Scottish Parliament on issues of media coverage relating to Redress Scotland.
Tenderers shall have in force and shall require any sub-Contractor to have in force:
(a) employer’s liability insurance in accordance with any legal requirements for the time being in force, and
(b) public liability insurance for such sum and range of cover as the Supplier deems to be appropriate but covering at least all matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 1 million GBP for any one incident and unlimited in total, unless otherwise agreed by the Purchaser in writing.
(c) professional indemnity insurance for such sum and range of cover as the Supplier deems to be appropriate but covering at least all matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 1 million GBP for any one incident and unlimited in total, unless otherwise agreed by the Purchaser in writing.
Award Criteria Questions can be found in the ITT together with the weightings.
Question scoring methodology for award criteria is outlined in Invitation to Tender.
Tenderers must provide the completed Pricing Schedule as a separate document.
Single Procurement Document will be scored on a pass/fail basis.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the exclusion and selection criteria for this procurement. If there are named subcontractors upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Form attached to SPD questions 2C.1.1 and 2D.1.2. These parties must complete the first 3 sections of the SPD form, as well as any part of the Section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later date. Redress Scotland reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria.
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=731689.
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:731689)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=731689
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court & Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom