Section one: Contracting authority
one.1) Name and addresses
VisitScotland
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
augustine.toppo@visitscotland.com
Telephone
+44 1314722222
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00118
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
www.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
UK Consumer Segmentation Research
Reference number
VSEH25029
two.1.2) Main CPV code
- 73000000 - Research and development services and related consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The overall aim of this research is to update the domestic segmentation model for Scotland and its regions.
two.1.5) Estimated total value
Value excluding VAT: £120,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73000000 - Research and development services and related consultancy services
- 73110000 - Research services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
The overall aim of this research is to update the domestic segmentation model for Scotland and its regions.
two.2.5) Award criteria
Quality criterion - Name: Understanding of the requirement / Weighting: 15
Quality criterion - Name: Overall Research approach and methodology / Weighting: 25
Quality criterion - Name: Innovation and creativity of approach / Weighting: 15
Quality criterion - Name: Applied experience/knowledge of project team / Weighting: 5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
Yes
Description of renewals
With an option to extend for a further 3 months, if required, which is to be agreed at the time of award
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
With an option to extend for a further 3 months, if required, based on innovation and methodology of the successful tender
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 the regulation 58 of the Public Contracts (Scotland) Regulation 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
VS may seek a Parent Company Guarantee if available.
-
VS may carry out independent Financial Credit checks on your organisation. The checks undertaken shall provide VS with information on your organisation’s risk rating.
It shall be at VS discretion whether we deem the risk to be unacceptable and therefore may exclude your organisation from being taken any further in the Procurement process.
VS also reserve the right to request further information, if no information can be found within the Credit rating system, or the information is incomplete.
-
SPD Question 4B.5.1 – It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance in accordance with any legal obligation for the time being in force = 5,000,000(GBP), for any one incident and unlimited in total.
Public Liability Insurance = 2,000,000(GBP) for any one incident and unlimited in total
Professional Liability Insurance=5,000,000(GBP) for any one incident and unlimited in total
Please add details of any other relevant insurance policies you may have, along with the level of cover held.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 December 2025
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 December 2025
Local time
1:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
Question 2A.17 – Form of Participation (Notably as part of a group, consortium, joint venture or similar)
Any contract will be entered into with the nominated lead organisation and all members of the consortium, who will in these circumstances each be required to execute said contract together with all ancillary documentation, evidencing their joint and several liabilities in respect of the obligations and liabilities of the contract. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation.
Question 2D.1.2 – If a substantial proportion of the work would go to a subcontractor, we may ask for a completed SPD form for those subcontractors (only Sections A and B of Part II and Part III will
be requested). We will advise bidders if we require this information prior to the subcontractor commencing work on the contract.
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=814769.
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:814769)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=814769
six.4) Procedures for review
six.4.1) Review body
Sheriff Court (Edinburgh)
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom