Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 1412420133
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://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
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
Provision of Audio Visual (AV) services for Scottish Ministers
Reference number
530819
two.1.2) Main CPV code
- 72222300 - Information technology services
two.1.3) Type of contract
Services
two.1.4) Short description
Scottish Government regularly holds events for which a professional and reliable Audio Visual (AV) provision of service is required. Requirements for individual events are dependent on a range of factors including: location, strategic outcomes and scale of the event.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79342000 - Marketing services
- 79952000 - Event services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Scottish Government regularly holds events for which a professional and reliable Audio Visual (AV) provision of service is required. Requirements for individual events are dependent on a range of factors including: location, strategic outcomes and scale of the event.
The Service Provider shall apply professional knowledge and experienced gained within the AV industry to develop a high understanding in relation to the AV needs of each individual event.
The Service Provider shall call upon this knowledge and experience to identify and bring innovative and constructive remedies and solutions to adapt to a wide range of evolving known and unknown scenarios. The Service Provider shall employ risk management methods and shall share these with the Visits and Events Team to build assurance and confidence into the relationship.
two.2.5) Award criteria
Quality criterion - Name: technical / Weighting: 70
Price - Weighting: 30
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
There will be an option for two 12 month extensions available.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There will an option for two 12 month extensions avaliable
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
4B1.1 The Bidder should provide its (“general”) yearly turnover for the last 3 years
List and brief description of selection criteria Statement for 4B.4: Bidders must demonstrate a current ratio of no less than 1. Current ratio will be calculated as follows: total current assets divided by total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Bidders 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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
List and brief description of selection criteria:
Minimum level(s) of standards possibly required:
Technical and professional ability:
4C.1.2: Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as
described in part II.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
4C.7: Bidders will be required to confirm that they will employ environmental management measures as described within 4C.12.
4c.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
1st Statement 4D.1: The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in
accordance with BS EN ISO 9001 (or equivalent.
2nd Statement 4D.1 If the Bidder does not hold a UKAS (or equivalent) accredited independent third party certificate of compliance in
accordance with BS EN ISO 9001 (or equivalent) then the bidder must have the following:
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that
the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which
is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
1st Statement 4D.2: The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN
ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
2nd Statement D4.2 — If the bidder does not hold a UKAS (or equivalent) accredited independent third party certificate of compliance
with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following:
a. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing
significant impacts on the environment. This should evidence that the bidder's organisation's environmental policy implementation plan
provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these
arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste
management; energy management. This should include the arrangements for responding to, monitoring and recording environmental
incidents and emergencies and complaints.
b. Documented arrangements for providing employees with training and information on environmental issues, including evidence that the
bidder has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out
their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal
requirements and good environmental management practice.
Please note that bidders who cannot demonstrate equivalence to ISO 9001 and 14001 will be rejected.
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
30 September 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 September 2021
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
SPD will be scored on a pass/fail basis.
Requirement not suitable for lotting.
Statement for 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 of insurance indicated below:
Employer's (compulsory) liability insurance = 5 000 000 GBP.
Public liability insurance = 1 000 000 GBP.
Professional indemnity insurance = 1 000 000 GBP.
4C.1, please include examples of your experience in dealing with similar types of services as detailed in the specification
The contract award criteria will be price 30%/quality 70%.
Question scoring methodology for award criteria outlined in Invitation to Tender:
0 = Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement
1 = Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 = Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 = Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 = Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
Bidders must complete the SPD (Scotland) to demonstrate adherence to the exclusion and selection criteria for this procurement. If there are named subcontractors/technicians 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(Reliance on the capacity of others) and 2D.1.2 (Subcontractors) on PCS-T.
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. Scottish Government reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria.
4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19156. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:655863)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
Country
United Kingdom