Section one: Contracting authority
one.1) Name and addresses
Glasgow Life
38 Albion Street
Glasgow
G1 1LH
Contact
Joyce Caldwell
joyce.caldwell@glasgowlife.org.uk
Telephone
+44 2875889
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287
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.publiccontractscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractscotland.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
www.publictendersscotland.publiccontractscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Destination Marketing Services
Reference number
CSG005570
two.1.2) Main CPV code
- 79342000 - Marketing services
two.1.3) Type of contract
Services
two.1.4) Short description
The Provision of Destination Marketing Services as part of the Glasgow Tourism and Visitor Plan
two.1.5) Estimated total value
Value excluding VAT: £649,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Videography Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79342000 - Marketing 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
The Provision of Videography Services as part of the Glasgow Tourism and Visitor Plan
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
The Company will have the option to extend the contract for a period of up to 24-months at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company’s Terms and Conditions.
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
two.2.14) Additional information
Economic operators may be excluded from the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulation 2015
two.2) Description
two.2.1) Title
Photography Services
Lot No
3
two.2.2) Additional CPV code(s)
- 79342000 - Marketing 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
The Provision of Photography Services as part of the Glasgow Tourism and Visitor Plan
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
The Company will have the option to extend the contract for a period of up to 24-months at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company’s Terms and Conditions.
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
two.2.14) Additional information
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 (Scotland) Regulations 2015
two.2) Description
two.2.1) Title
Campaign and Creative Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79342000 - Marketing 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
The provision of Campaign and Creative Services as part of the Glasgow Tourism and Visitor Plan
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
The Company will have the option to extend the contract for a period of up to 24-months at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company’s Terms and Conditions.
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
two.2.14) Additional information
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 (Scotland) Regulations 2015
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
Bidders must comply with the undernoted financial requirements in order to participate in the tendering process: -
There is a minimum financial requirement that affects trading performance and balance sheet strength.
Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House.
It should be noted that the undernoted financial requirement only applies to lot 1 and lot 2.
There is no minimum financial requirements set for lot 3.
Trading Performance
An overall positive outcome on EBITDA earnings over a 3-year period.
Exceptional items can be excluded from the calculation.
The above would be expressed in the ratio EBITDA/turnover.
Balance Sheet Strength
Net worth of the applicant must be positive at the time of the evaluation and applicant must not be subject to an insolvency process.
Intangibles can be included for purposes of the Total Assets Figure.
The above would be expressed in the ratio Total Assets Liabilities.
If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the applicant being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with.
An applicant should have no outstanding issues with regard to statutory filing requirements with Companies House.
Applicants who have been trading for less than 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period for which they have been trading.
Applicants 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.
If the pandemic has had an adverse effect on the latest set of accounts filed in Companies House, Glasgow Life will take that into account in determining financial suitability for the contract.
The above, however, should not impinge on the financial viability of the applicant, as defined by the ratios set out in the above financial requirements.
Glasgow Life reserves the right, at its own discretion to seek such other information from the applicant in accordance with Regulations 61(7) or Regulations 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the applicant’s economic and financial standing.
Minimum level(s) of standards possibly required
Lot 1 Campaign and Creative Services
Employer’s (Compulsory) Liability Insurance = GBP 10mIllion
Public Liability Insurance = GBP 5million
Product Liability Insurance = GBP 5million
Professional Indemnity Insurance = GBP 1million
Lot 2 Videography Services
Employer’s (Compulsory) Liability Insurance = GBP 5million
Public Liability Insurance = GBP 5million
Product Liability Insurance = GBP 1million
Lot 3 Photography Services
Employer’s (Compulsory) Liability Insurance = GBP 5million
Public Liability Insurance = GBP 1million
Product Liability Insurance = GBP 1million
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to provide evidence of three previous examples for each lot you are bidding for of similar scale contracts carried out by your organisation within the last five years, which demonstrates you have the relevant experience required to undertake this contract as detailed in the Qualification Envelope Question 4C.1.2
Minimum level(s) of standards possibly required
A minimum pass mark of 60 out 100 is required overall for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage
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
31 July 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 July 2023
Local time
12:00pm
Place
Glasgow
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2027
six.3) Additional information
Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in SPD 4D attached at https://www.glasgow.gov.uk/index.aspx?articleid=19621
Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish Glasgow Life to consider withholding is specifically indicated on the FOI Certificate contained in the buyers attachments area within the PCS Tender portal (NB Glasgow Life does not bind itself to withhold this information).
Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to this offer. Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area within PCS Tender portal.
Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to Glasgow Life’s satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt.
The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal.
Bidders will be required to complete the Non-Collusion certificate contained in the buyers attachments area within the PCS Tender portal
Terms and Conditions are located within Section 3 of the ITT document.
https://www.sdpscotland.co.uk/
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24220. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 Company is committed to maximising Community Benefits from procurement activity. This will be achieved through the inclusion of specific clauses within procurement contracts known as Community Benefits clauses. Community Benefit clauses are requirements which deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of economic, social or environmental conditions into the delivery of contracts.
Please provide a detailed statement which must include:
a) details of the Community Benefits you will provide as part of this contract;
b) what resource (staff responsible) will you use to ensure successful delivery
c) detailed commitment to the approach, including how you will monitor to track successful delivery of each of the Community Benefits you wish to deliver; and
d) how you will update The Company on progress
(SC Ref:732786)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace
1 Carlton Place
Glasgow
G1 9TW
Telephone
+44 1414298888
Country
United Kingdom