Notice Information
Notice Title
Provision of Audio Visual (AV) services for Scottish Ministers
Notice 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.
Lot Information
Lot 1
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. 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."
Options: There will an option for two 12 month extensions avaliable
Renewal: There will be an option for two 12 month extensions available.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02da37
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005147-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
72222300 - Information technology services
79342000 - Marketing services
79952000 - Event services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £400,000 £100K-£500K
Notice Dates
- Publication Date
- 24 Feb 20224 years ago
- Submission Deadline
- 30 Sep 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Feb 20224 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 8EA
- 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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02da37-2022-02-24T13:15:03Z",
"date": "2022-02-24T13:15:03Z",
"ocid": "ocds-h6vhtk-02da37",
"description": "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. (SC Ref:684385)",
"initiationType": "tender",
"tender": {
"id": "530819",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Audio Visual (AV) services for Scottish Ministers",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
"mainProcurementCategory": "services",
"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.",
"lots": [
{
"id": "1",
"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. 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. 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.\"",
"awardCriteria": {
"criteria": [
{
"name": "technical",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "There will be an option for two 12 month extensions available."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "There will an option for two 12 month extensions avaliable"
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79342000",
"description": "Marketing services"
},
{
"scheme": "CPV",
"id": "79952000",
"description": "Event services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-09-30T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2021-09-30T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-09-30T12:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-10601",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "4 Atlantic Quay, 70 York St",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8EA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412420133",
"email": "Paul.packett@gov.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.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-12460",
"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",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
}
},
{
"id": "GB-FTS-45203",
"name": "Vision Events",
"identifier": {
"legalName": "Vision Events"
},
"address": {
"streetAddress": "16 Dryden Road , Bilston Industrial Estate",
"locality": "Edinburgh",
"region": "UK",
"postalCode": "EH20 9LZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-10601",
"name": "Scottish Government"
},
"language": "en",
"awards": [
{
"id": "005147-2022-530819-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-45203",
"name": "Vision Events"
}
]
}
],
"contracts": [
{
"id": "005147-2022-530819-1",
"awardID": "005147-2022-530819-1",
"status": "active",
"value": {
"amount": 400000,
"currency": "GBP"
},
"dateSigned": "2022-02-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000655863"
}
]
}