Award

Ceremonial Event Planning and Management

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

26 Oct 2021 at 14:55

Tender

27 Jan 2021 at 10:24

Summary of the contracting process

The Scottish Government is seeking services for "Ceremonial Event Planning and Management" within the public services sector. This procurement, classified under CPV code 79421000, is currently in the active tender stage, with submissions due by 5 March 2021. The successful provider will be responsible for maintaining and executing plans for ceremonial events in Scotland, particularly in Edinburgh, necessitating effective coordination and liaison with various stakeholders. The contract, valued at £700,000, has a long duration of five years with the potential for extensions.

This opportunity is particularly well-suited for project management firms and service providers experienced in managing large-scale events, especially those familiar with governmental protocols and ceremonial procedures. Businesses with proven track records in logistical coordination, budget management, and stakeholder engagement will find this a promising venture. Given the importance of quality management standards such as ISO/IEC 27001 and Cyber Essentials, companies that meet these criteria are likely to have a competitive edge in this procurement process, which employs a selective procurement method.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Ceremonial Event Planning and Management

Notice Description

The Scottish Government required the provision of a one-stop professional project management service in respect of the maintenance of an existing set of plans for state and ceremonial matters within Scotland. The successful Service Provider will be responsible for the delivery of an existing comprehensive programme of works which will include reinstatement works and which will assist the Purchaser and its stakeholders in providing seamless, high quality programme and project management for ceremonial events to be provided on a contingency basis, as the requirement could be activated at any time during the lifetime of the contract.

Lot Information

Lot 1

The services fall into 3 categories: - Overall project planning and management - Procurement, direct contracting and management of sub-contracted services/works. - Planning, management and operation of specific Ceremonial events where the programme is activated. The Service Provider shall be required to: - Maintain the plans, updating them as required by the Purchaser; - Attend relevant meetings as and when required; - Proactively liaise with the Purchaser and other stakeholders to ensure plans are accurate; - Procure and manage a number of sub-contracts, as and when required; - Work with stakeholders to ensure tasks are carried out to accurate timings and best value, when plans are activated. This programme would include processions, ceremonial events, a church service, specific and extraordinary transport requirements and an anticipated high level of crowds in the historic centre of Edinburgh, with the associated arrangements for media coverage. The plans are now largely in place and the role of the Service Provider will be to maintain these plans in conjunction with the Purchaser and other relevant stakeholders and to ensure that it delivers a successful, high profile series of events to the satisfaction of all parties. The Service Provider shall act as the main contractor and shall be directly responsible for a number of sub-contracts in order to ensure efficient and effective service delivery. Services will include further development of the planning and design process, procurement, logistical and management services including financial control, budget responsibilities and the co-ordination of a wide range of ceremonial participants. Additional information: Bidders should refer to the Bidders Guidance Instructions Document for full information.

Renewal: This Contract is for a period of 5 years, with the option at the sole discretion of the Scottish Ministers, to extend for a further two 12 month periods.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-028d9b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026800-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79420000 - Management-related services

79421000 - Project-management services other than for construction work

Notice Value(s)

Tender Value
£700,000 £500K-£1M
Lots Value
£700,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£700,000 £500K-£1M

Notice Dates

Publication Date
26 Oct 20214 years ago
Submission Deadline
5 Mar 2021Expired
Future Notice Date
Not specified
Award Date
22 Aug 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
In readiness for the anticipated contract end date of 22nd August 2026 or the extension period end date of 22nd August 2028, i.e early 2026 or 2028.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Not specified
Contact Email
alison.gardiner@gov.scot
Contact Phone
+44 1412426007

Buyer Location

Locality
GLASGOW
Postcode
G2 8LU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Supplier Information

Number of Suppliers
1
Supplier Name

ARCADIS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-028d9b-2021-10-26T15:55:02+01:00",
    "date": "2021-10-26T15:55:02+01:00",
    "ocid": "ocds-h6vhtk-028d9b",
    "description": "(SC Ref:671410)",
    "initiationType": "tender",
    "tender": {
        "id": "537308",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Ceremonial Event Planning and Management",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79421000",
            "description": "Project-management services other than for construction work"
        },
        "mainProcurementCategory": "services",
        "description": "The Scottish Government required the provision of a one-stop professional project management service in respect of the maintenance of an existing set of plans for state and ceremonial matters within Scotland. The successful Service Provider will be responsible for the delivery of an existing comprehensive programme of works which will include reinstatement works and which will assist the Purchaser and its stakeholders in providing seamless, high quality programme and project management for ceremonial events to be provided on a contingency basis, as the requirement could be activated at any time during the lifetime of the contract.",
        "value": {
            "amount": 700000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The services fall into 3 categories: - Overall project planning and management - Procurement, direct contracting and management of sub-contracted services/works. - Planning, management and operation of specific Ceremonial events where the programme is activated. The Service Provider shall be required to: - Maintain the plans, updating them as required by the Purchaser; - Attend relevant meetings as and when required; - Proactively liaise with the Purchaser and other stakeholders to ensure plans are accurate; - Procure and manage a number of sub-contracts, as and when required; - Work with stakeholders to ensure tasks are carried out to accurate timings and best value, when plans are activated. This programme would include processions, ceremonial events, a church service, specific and extraordinary transport requirements and an anticipated high level of crowds in the historic centre of Edinburgh, with the associated arrangements for media coverage. The plans are now largely in place and the role of the Service Provider will be to maintain these plans in conjunction with the Purchaser and other relevant stakeholders and to ensure that it delivers a successful, high profile series of events to the satisfaction of all parties. The Service Provider shall act as the main contractor and shall be directly responsible for a number of sub-contracts in order to ensure efficient and effective service delivery. Services will include further development of the planning and design process, procurement, logistical and management services including financial control, budget responsibilities and the co-ordination of a wide range of ceremonial participants. Additional information: Bidders should refer to the Bidders Guidance Instructions Document for full information.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 700000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This Contract is for a period of 5 years, with the option at the sole discretion of the Scottish Ministers, to extend for a further two 12 month periods."
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Applicants are required to complete the questions within the Single Procurement Document (Scotland) and applicants must meet the minimum requirements stated in the Qualification Envelope and Technical Envelope. Bidders are required to confirm that they meet the Minimum Criteria. Bidders will respond to Objective Criteria set out in the SPD, overall scores shall be marked out of 100 and ranked accordingly. A maximum of 5 applicants shall proceed to ITT stage. - Bidders Details - seeks background information about the bidder; this section is not normally evaluated, however the Authority may choose not to take forward bidders that cannot provide basic company information; - Information Regarding the Economic or Financial Standing of the bidding organisation; - Conflict of Interest questions; - Technical or Professional Capability - Weighting 60%; - Business Continuity and Disaster Recovery - Weighting 10%; - Quality Management - Weighting 20%; - Equal Opportunities - Pass/ Fail; and - Health and Safety - Weighting 10%"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79420000",
                        "description": "Management-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "N/A",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "There is no action required of tenderers at this stage. The Authority will make an assessment of the Economic & Financial Standing of each tenderer (and any consortia or reliance partners) using the Dun & Bradstreet (D&B) 'Failure Score' indicator and the following process: Step 1: A D&B 'Failure Score' of 50 or above will result in a PASS. Step 2: If the tenderer (or any consortium or reliance partner) scores below 50, then the audited financial accounts of the tenderer (or consortia or reliance partner) will be used to conduct an assessment of the risk of business failure. If this assessment identifies an unacceptable risk then the tenderer (or consortia or reliance partner) will fail this assessment Financial Accounts For Question 4B6 of the SPD, bidders may elect to provide their audited financial accounts for the last three financial years. There must be no qualification or contra-indication from any evidence provided in support of the tenderer's Economic and Financial Standing.",
                    "minimum": "Refer to the process described above. Minimum Insurance Levels - . For question 4B5 of the SPD, it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract 1 million GBP public liability insurance, 1 million GBP Professional Indemnity Insurance and 5 million Employers Liability insurance (or other statutory minimum level set). In the event that the tenderer (or consortia or reliance partner) does not initially meet the standard required, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing that the guarantor does pass the EFS assessment) or a performance bond. Details of the D&B \"A Guide to Dun & Bradstreet's Predictive Indicators\" - can be found using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "- ISO/IEC 27001 or equivalent - Cyber Essentials Plus accreditation or recognised equivalent - BS EN 9001 or equivalent",
                    "minimum": "The bidder must: - have achieved, or be committed to achieving prior to contract award, ISO/IEC 27001 (Information Security Management Systems Requirements) or recognised equivalent. - have achieved, or be committed to achieving prior to contract award, Cyber Essentials Plus accreditation or recognised equivalent. - operate at all times a quality management system certificated by an accredited third party to IS09001 or equivalent.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "If a bidder comprises a consortium which will establish a special purpose vehicle (SPV) to deliver the contract, that bidder will not be required to form an SPV at this stage, but will be required to do so prior to the award of any contract. In this circumstance the consortium, acting through consortium members, will be required to provide appropriate guarantees in respect of the performance of the SPV of that bidder's obligations under the contract.",
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-03-05T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2021-03-19T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "In readiness for the anticipated contract end date of 22nd August 2026 or the extension period end date of 22nd August 2028, i.e early 2026 or 2028."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-3354",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8LU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412426007",
                "email": "alison.gardiner@gov.scot",
                "url": "https://www.publictendersscotland.pubiicontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.scotland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-675",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312252525"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
            }
        },
        {
            "id": "GB-FTS-32801",
            "name": "Arcadis",
            "identifier": {
                "legalName": "Arcadis"
            },
            "address": {
                "streetAddress": "Apex 3, 95 Haymarket Terrace",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH12 5HD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7769286748"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3354",
        "name": "Scottish Government"
    },
    "language": "en",
    "awards": [
        {
            "id": "026800-2021-537308-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-32801",
                    "name": "Arcadis"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "026800-2021-537308-1",
            "awardID": "026800-2021-537308-1",
            "status": "active",
            "value": {
                "amount": 700000,
                "currency": "GBP"
            },
            "dateSigned": "2021-08-23T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}