Tender

Paisley Museum Re-imagined(PMR): Audio Visual & Information Communication Technology Systems Integration Contract

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2023/S 000-026690

Procurement identifier (OCID): ocds-h6vhtk-03fb5f

Published 8 September 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Rebecca Park

Email

rebecca.park@renfrewshire.gov.uk

Telephone

+44 3003000300

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Paisley Museum Re-imagined(PMR): Audio Visual & Information Communication Technology Systems Integration Contract

Reference number

RC-CPU-23-013

two.1.2) Main CPV code

  • 32321200 - Audio-visual equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

This procurement is to appoint a suitable and experienced Contractor to supply deliver and install audio visual and information communication technology systems ("AV/ICT") in Paisley Museum("PM"). Paisley Museum is located in Paisley, Scotland, UK.

Full details are set out in the Scope of Services and associated documents contained in the General Attachments Area on the PCS-t portal.

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32321200 - Audio-visual equipment
  • 32321300 - Audio-visual materials
  • 32320000 - Television and audio-visual equipment
  • 92224000 - Digital television
  • 32323000 - Video monitors
  • 32323100 - Colour video monitors
  • 32323300 - Video equipment
  • 51314000 - Installation services of video equipment
  • 32342410 - Sound equipment
  • 32350000 - Parts of sound and video equipment
  • 32351000 - Accessories for sound and video equipment
  • 51313000 - Installation services of sound equipment
  • 30231300 - Display screens
  • 30231000 - Computer screens and consoles
  • 30231320 - Touch screen monitors
  • 38653400 - Projection screens
  • 30200000 - Computer equipment and supplies
  • 30230000 - Computer-related equipment
  • 51600000 - Installation services of computers and office equipment
  • 51610000 - Installation services of computers and information-processing equipment
  • 51611000 - Installation services of computers

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Paisley Museum, Paisely

two.2.4) Description of the procurement

Renfrewshire Council is using the above GPA Open Procedure in accordance with the Public Contract (Scotland) Regulations 2015 and the Council's Standing Orders relating to Contracts to procure the turnkey services of an Audio Visual Integrator (AVI) to undertake the supply, delivery, install and integration of the audio visual and information communication technology systems for the Paisley Museum Re-imagined project.

The aim of the Paisley Museum Re-Imagined Project (PMR) is to create a visitor experience of international quality, through the redevelopment of Paisley Museum. This is the signature project of Paisley’s regeneration which tells the inspirational stories of Paisley, its heritage and its pattern.

The transformation of the Museum is underpinned by a series of high-level strategic aims that will turn it into a:

-Leading European Museum — telling the story of Paisley as a pattern and a town.

-Visitor destination drawing its audience from Scotland, UK and overseas.

- institution for learning, skills development, innovation and research.

- Community resource at the heart of Paisley’s local life.

The Council is seeking to employ turnkey services from an experienced specialist AV/ICT supplier and integrator [AVI] skilled in the delivery of high-standard solutions at competitive rates.

The AV/ICT systems to be provided at Paisley Museum comprise high standard video, audio, lighting, and interactive elements that combine to deliver an exemplary visitor experience, within the context of a long-established municipal museum. The standard of system integration shall reflect the status and quality of Paisley Museum’s operation overall.

Full details on the Contract requirements are detailed in the ITT and Scope of Services documents contained in the Suppliers Attachment Area on the PCS-t system.

two.2.5) Award criteria

Quality criterion - Name: Intro Gallery AV Show / Weighting: 15

Quality criterion - Name: AV Lan / Weighting: 15

Quality criterion - Name: Supply Chain Management / Weighting: 5

Quality criterion - Name: Programme / Weighting: 5

Quality criterion - Name: Team CVs - Relevant Experience and Competence / Weighting: 5

Quality criterion - Name: Stakeholder Engagement / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 5

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 40

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

Duration in months

10

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: Yes

Description of options

The Council may modify the Contract in order to instruct additional services/supply of goods similar in scope and scale to the requirements of this procurement in accordance with Regulation 72 of the Public Contract (Scotland) Regulations 2015 and the Council's Standing Orders relating to Contracts.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

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.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Candidate will be required to have a minimum “general” yearly turnover of 200,000 GBP for the last 3 years.

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:

Employer’s (Compulsory) Liability Insurance = 5M GBP

Public Liability Insurance = 5M GBP each and every claim (in the aggregate for Product Liability)

Professional Risk Indemnity Insurance = 1M GBP in the aggregate with annual reinstatement

A minimum Dun & Bradstreet Failure Score of 20 or above.

Where the Candidate intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Candidate must provide a

D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractor last 2 financial

years' audited accounts and details of significant changes since the last financial year end

Minimum level(s) of standards possibly required

Where required, the Council may request evidence from Candidates that details their annual turnover for the period stated.

Candidates who commenced trading within the last four years and therefore unable to provide information for the timeframe stipulated

must detail the date they started trading within their submission.

Any Candidate unable to demonstrate the required general annual turnover stated to the Councils satisfaction of the Council may be

assessed as a FAIL and may be excluded from the competition.

Where a Candidate fails to meet the Economic and Financial Standing Criteria stated above, they may still proceed to the evaluation stage

if:

1. The company accounts are provided for assessment and are deemed satisfactory in relation to his project by Renfrewshire Council.

OR

2. Where they have a Parent Company that meets the Financial Criteria and that Parent Company is prepared to provide a Parent Company

Guarantee (PCG) in the form contained within the Standard Documentation.

Please note, it will be at the sole discretion of Renfrewshire Council to conclude which of the above is appropriate to satisfy this condition.

No amendments to the terms and conditions of this form of Parent Company Guarantee will be accepted after award of the Contract.

Where the Candidate has no parent company and does not operate as part of a group, the Candidate must make this clear within the RTP

Submission.

Where the Candidate has a parent company the Candidate must provide within their RTP Submission, full details of the parent company.

The Council reserves the right to request the audited accounts of the parent company.

Candidates must self-declare as part of the SPD (Scotland) as contained in the Qualification Envelope that they will have the requested

insurance cover as detailed in this document, the SPD and Contract Notice, and are required to provide evidence of this cover in the form of

the following:

A letter from their company’s insurance broker confirming the insurances the insurance broker has arranged on behalf of their company.

This is normally referred to as a “to whom it may concern “ letter and includes summary details of the insurance cover held including the

name of the insurer or underwriter, the policy number, the date cover begins and ends, the extent of the cover, including indemnity limits,

excess levels and any special conditions or warranties applicable. The letter must be provided in electronic format.

If Candidates do not currently hold this level of cover they may in the SPD (Scotland) state that in the event of being successful in the

procurement process for a Contract, the required insurance cover will be put in place. Evidence of the required insurance cover will be a

condition of entering into a Contract. It is condition of the Contract that these minimum indemnity levels be held for the duration of the

Contract and updated evidence will be required on the insurance renewal date.

Candidates unable to commit to obtain the levels of insurance detailed above may be assessed as a FAIL and be excluded from the

competition.

Candidates who do not achieve a minimum D&B failure score of 20 and above and fail to provide any additional explanation or supporting

information may be assessed as a FAIL and may be excluded from the competition.

Candidates who do not provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current

financial status by the Tender Submission deadline may be assessed as a FAIL and may be excluded from the competition.

Candidates that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current

financial status by the RTP Submission deadline however fail to satisfy the Council that they have sufficient financial standing to undertake

requirements within this procurement exercise may be assessed as a FAIL and may be excluded from the competition.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Provide two examples of similar projects with hardware/ integration and commissioning of similar scale that your company has purchased the hardware, physically installed programmed and commissioned.

An example of a project which your company installed and commissioned with network control with similar functionality to what the PMR project requires.

Example of installing and commissioning a multi screen AV show (at least 4) with multi track sound and DMX (or other lighting control).

Minimum level(s) of standards possibly required

Failure to provide evidence in the form of case studies for each element detailed in the ITT document which demonstrates the bidder has experience, capacity and capability to undertake projects similar in scope and scale will be assessed as a fail and excluded from the procurement.

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

10 October 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

10 October 2023

Local time

12:00pm

Place

Remote opening in accordance with the Council's tender opening procedures


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 25092. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Training and Recruitment Opportunities

Educational opportunities

Opportunities for supply chain and business support

Community engagement - financial and non financial.

(SC Ref:743605)

six.4) Procedures for review

six.4.1) Review body

Please refer to VI.4.3 below

Please refer to VI.4.3 below

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland)

Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with

Regulation 88 of the 2015 Regulations.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH11RQ

Country

United Kingdom