Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Rebecca Park
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