Award

Transport Scotland Communications Support Services Framework - 2022-2026

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

Award

11 Jan 2023 at 16:30

Tender

10 Dec 2021 at 12:54

Summary of the contracting process

Transport Scotland has completed the procurement process for the "Transport Scotland Communications Support Services Framework - 2022-2026" tender. The service provider will supply communication support services to all directorates within Transport Scotland, covering Strategic Planning, Stakeholder engagement, crisis management, and media intelligence. The procurement method used was a selective procedure with a framework agreement. The contracting authority is Transport Scotland, located in Glasgow, United Kingdom. The contract, valued at £6,000,000 GBP, was signed on 10th January 2023.

This tender opportunity provides businesses specializing in communication services, public relations, stakeholder engagement, and event management a chance to work with Transport Scotland. The tender stage was active until 21st January 2022 with an invitation date of 25th February 2022 for the second stage. Interested businesses must meet the economic and financial standing requirements and demonstrate relevant project experience. The successful supplier, The BIG Partnership, is currently executing the contract.

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

Transport Scotland Communications Support Services Framework - 2022-2026

Notice Description

The service provider will be required to supply communication support across all directorates within Transport Scotland. Information on the directorates within Transport Scotland is available at https://www.transport.gov.scot/about/our-directorates/ Communication support will include, but is not limited to, the following services: Strategic Planning; Stakeholder engagement and liaison, Crisis and issues management, Internal communications, Events and exhibition support, Evaluation and media monitoring, Press trip organisation, and Media intelligence.

Lot Information

Lot 1

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Minsters. Transport Scotland has identified the need to appoint a suitably qualified and experienced communications specialist to provide critical communication support services to allow Transport Scotland to meet its statutory obligations in engaging with the community and wider stakeholders when planning, developing and delivering quality public facing communications for our major transport related projects over the next four years. The typical scope of services anticipated under this Single-Supplier Framework Agreement may include, but will not be limited to: the preparation for public engagement events, including the production of communications materials such as exhibition panels and leaflets, as well as providing support at these events, social media engagement and advertising, and mapping of stakeholders for our major projects.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ffcf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000874-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services

75 - Administration, defence and social security services

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


CPV Codes

63712000 - Support services for road transport

71311100 - Civil engineering support services

75130000 - Supporting services for the government

79416000 - Public relations services

79416200 - Public relations consultancy services

79822500 - Graphic design services

79956000 - Fair and exhibition organisation services

Notice Value(s)

Tender Value
£6,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£6,000,000 £1M-£10M

Notice Dates

Publication Date
11 Jan 20233 years ago
Submission Deadline
21 Jan 2022Expired
Future Notice Date
Not specified
Award Date
10 Jan 20233 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

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Dominick Cafferkey
Contact Email
dominick.cafferkey@transport.gov.scot
Contact Phone
Not specified

Buyer Location

Locality
GLASGOW
Postcode
G4 0HF
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

THE BIG PARTNERSHIP

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-02ffcf-2023-01-11T16:30:36Z",
    "date": "2023-01-11T16:30:36Z",
    "ocid": "ocds-h6vhtk-02ffcf",
    "description": "(SC Ref:718821)",
    "initiationType": "tender",
    "tender": {
        "id": "TS/MP/SER/2021/06",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Transport Scotland Communications Support Services Framework - 2022-2026",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "63712000",
            "description": "Support services for road transport"
        },
        "mainProcurementCategory": "services",
        "description": "The service provider will be required to supply communication support across all directorates within Transport Scotland. Information on the directorates within Transport Scotland is available at https://www.transport.gov.scot/about/our-directorates/ Communication support will include, but is not limited to, the following services: Strategic Planning; Stakeholder engagement and liaison, Crisis and issues management, Internal communications, Events and exhibition support, Evaluation and media monitoring, Press trip organisation, and Media intelligence.",
        "value": {
            "amount": 6000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Minsters. Transport Scotland has identified the need to appoint a suitably qualified and experienced communications specialist to provide critical communication support services to allow Transport Scotland to meet its statutory obligations in engaging with the community and wider stakeholders when planning, developing and delivering quality public facing communications for our major transport related projects over the next four years. The typical scope of services anticipated under this Single-Supplier Framework Agreement may include, but will not be limited to: the preparation for public engagement events, including the production of communications materials such as exhibition panels and leaflets, as well as providing support at these events, social media engagement and advertising, and mapping of stakeholders for our major projects.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311100",
                        "description": "Civil engineering support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79956000",
                        "description": "Fair and exhibition organisation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75130000",
                        "description": "Supporting services for the government"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79822500",
                        "description": "Graphic design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79416000",
                        "description": "Public relations services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79416200",
                        "description": "Public relations consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to SPD, Question Ref. 4B.1.a provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to SPD Question Ref 4B6 provide the name, range and score of nine financial criteria for each year for the last two years of trading, or for the period which is available if trading for less than two years; and (c) in response to SPD, Question Ref. 4B5a, 4B5b and 4B5c confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance. In addition to the information requested under (a) to (c), Economic Operators must provide a link/ copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company). For the avoidance of doubt, if an Economic Operator fails to provide accounts relating to its last two full years of trading that are due to have been filed, that Economic Operator will be excluded from this procurement competition. Where Economic Operators have not yet been trading for a full two year period, such that filed accounts are not yet due and available, and limited only to that circumstance, the required information to support (a) to (c) above may take the form of appropriate third party / statements setting out turnover, profit and loss, cashflow (current and forecast) and the Economic Operator's credit facility position. Note there will, however, be a negative scoring implication as noted below and in the Additional Documents. This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
                    "minimum": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B.6) The following nine evaluation criteria shall be scored, for each year for the last two years of trading, or for the period which is available if trading for less than two years: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The scoring mechanism can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).For the purpose of calculating the Annual Contract Value to Turnover ratio the estimated value in II.1.5 of this Contract Notice shall be adopted. The nine evaluation criteria will be individually scored and given a total aggregated score, out of a possible 50 marks, for each year of trading. Subsequently, each year's score will be weighted, with the most recent (\"Year 1\") weighted at 2/3rds and the previous (\"Year 2\") weighted at 1/3rd, and then aggregated to form an overall score for the two years out of 50 marks. If the Economic Operator is trading for less than 2 years, their financial ratios for the most recent full year of trading will be weighted at 2/3rds scored out of the total 50 marks. If the economic operator is trading for less than 1 year the information provided under III.1.2) b), will be prorated up to 1 year to calculate financial ratios for the full year and this will be weighted at 2/3rds and scored out of the total 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by an Economic Operator (either a single Economic Operator or a group of Economic Operators) is less than 25 marks, out of the potential total aggregated score of 50 marks. A submission shall be marked as a FAIL and will not be considered further if the economic operator is unable to provide appropriate information to enable the calculation of the financial ratios. Where the submission has been submitted by a group of economic operators, the information submitted by each group member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each group member and a score determined for such group of Economic Operators on that basis. A \"group of Economic Operators\" is defined as an unincorporated consortium or joint venture. Insurance (Question Ref. 4B5) In response to Question Ref. 4B5 a, b and c Economic Operators must confirm they already have or can commit to obtain, prior to the commencement of the framework agreement, the following levels of insurance: Professional Indemnity Insurance = 5 million GBP Public Liability Insurance = 5 million GBP Employer's (Compulsory) Liability Insurance = 5 million GBP In responding to Question Ref 4B.5 a, b and c, where the Economic Operator responds \"No, and I cannot commit to obtain it\" they shall be marked as FAIL and shall be excluded from this procurement competition.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "For 4C1.2 Economic Operators shall be required to insert suitable responses to Statements (a) to (e) set out below, demonstrating that they have the required minimum standards of eligibility and technical and professional ability. Answers to these statements shall be provided by single Economic Operators and by groups of Economic Operators (group members should not respond individually). Response to Statement (a) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to satisfy this minimum standard (either they answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement competition. Statement (b) is not scored but is required to be completed in order to answer Statements (c) to (e) inclusive. The responses to Statements (c), (d), (e) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: The responses to (c), (d) and (e) shall be assessed on the basis of a score from 0 - 5, with a minimum threshold. The scoring criteria can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). A submission shall be marked as FAIL and will not be considered further if the score achieved for any statement is less than 2. Where a response scores an average of 2 or greater it shall be weighted in accordance with the following weightings: Statement (c) = 40%; Statement (d) = 40%; Statement (e) = 20%. The weighted scores shall be aggregated to calculate a score out of 100 for the 3 statements. Words in excess of the maximum word limit for each statement will neither be considered nor scored.",
                    "minimum": "To ensure minimum levels of ability, Transport Scotland require that evidence of specific project experience be provided under Statements (a) to (e) inclusive. Statement (a) Demonstrate that you have provided communication support services, including public consultation, associated graphic design services, social media campaigns, and paid advertising with a total fee of at least 0.5 million GBP per year within three of the last five years (Max 500 Words). Statement (b) Provide information on no more than 3 reference projects which reflect your previous experience in undertaking Communications Support Services, predominantly carried out within the last 4 years detailing your role and the scope of the services performed (Max 500 Words per reference project). Statement (c)Team Resourcing - Provide details from the reference projects of effective staff management, and how staff have been utilised effectively in the delivery of Communications Support Services detailing the team structures you have implemented (including the provision of one relevant example organogram from the reference projects (not included in word count))(Max 500 Words). Statement (d) Stakeholder communication - Provide evidence from the reference projects of how you effectively managed engagement with clients to successfully achieve the desired outcomes, and how you successfully managed third parties and subcontractors to deliver for your clients (Max 500 Words). Statement (e) Digital and Social Media - Provide details from the reference projects of how you have successfully leveraged digital and social media to achieve successful outcomes for your clients (Max 500 Words)",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The Scottish Ministers shall require staff at management and senior grades to hold appropriate qualifications and experience. These include an academic qualification (BA/BSc Degree) and be able to demonstrate substantial experience relevant to the provision and performance of the Services."
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of the Economic Operator on a regular basis. In the event that the Economic Operator's performance falls below a satisfactory level, the Economic Operator will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-01-21T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2022-02-25T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-05-27T23:59:59+01:00"
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-1154",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Dominick Cafferkey",
                "email": "Dominick.cafferkey@transport.gov.scot",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.transport.gov.scot",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Transport"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-8771",
            "name": "Sheriff Clerk's Office",
            "identifier": {
                "legalName": "Sheriff Clerk's Office"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Glasgow@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-21100",
            "name": "The BIG Partnership",
            "identifier": {
                "legalName": "The BIG Partnership"
            },
            "address": {
                "streetAddress": "Fountain House, 1-3 Woodside Crescent",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G3 7UL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1413339585"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1154",
        "name": "Transport Scotland"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000658658"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "000874-2023-TS/MP/SER/2021/06-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-21100",
                    "name": "The BIG Partnership"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "000874-2023-TS/MP/SER/2021/06-1",
            "awardID": "000874-2023-TS/MP/SER/2021/06-1",
            "status": "active",
            "value": {
                "amount": 6000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-10T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}