Notice Information
Notice Title
Provision of Replacement Sound, Voting & Interpretation System
Notice Description
The Scottish Parliament Corporate Body (SPCB) requires a specialist contractor to replace its current Sound and Voting (S & V) system. The associated microphones and speakers will provide broadcast quality audio and high-quality sound reinforcement in the debating chamber. This business-critical system will allow Members of the Scottish Parliament (MSPs) to positively log-in and log-out of the consoles and register votes on matters being discussed. The S & V system must be capable of importing and exporting and live flow of data. The system must ensure that exported data is indexed to imported data, aggregated where required and able to be exported to further business systems. This will require the contractor to undertake and support a level of integration between the new S & V system and existing services and systems that run on the Scottish Parliament Corporate IT network. The contractor must also be able to provide full training for system users, planned and reactive maintenance on the entire system and possess the capability to undertake future upgrade / project works when requested.
Lot Information
Lot 1
The SPCB requires a contractor to replace its current Sound and Voting(S&V) system and maintain the new system to ensure exemplary levels of availability. The new S&V system will provide at least 131 consoles in the Debating Chamber. Consoles must be aesthetically pleasing and fit in with building architecture and be adaptable and configurable to ensure that users with accessibility requirements are considered. Consoles must allow Members of the Scottish Parliament(MSPs) to register a vote on matters being discussed. Consoles will allow MSPs to register a request to speak with requests managed at a central point on the Chamber podium. A microphone and speaker will be provided at each desk. Desk microphones will be enabled/disabled individually from this central point with audio from microphones integrated into the Chamber audio and PA system. MSPs must receive confirmation of their vote on the console and consoles must have screens to allow MSPs to see voting options. MSPs must be able to positively log in/out of consoles and be positively identified on the S&V system through this method. Currently a corporate photographic ID card with an embedded chip is used to perform this function. These same proxy cards will be used on the new S&V system and perform the same function. Suppliers are expected to ensure that their system is compatible with these existing RFID cards and undertake any changes to their consoles necessary to ensure this. The S&V system must accept data inputs from a variety of sources and allow flexibility in the administration of this data in real-time (e.g. ability to manipulate the order in which votes are taken and adding items on which a vote will be called). Sources of data will include services and systems running on the Scottish Parliament Corporate IT network (IT network) and via direct file transfer i.e. portable memory device. The S&V system should provide the ability to output data, on demand and in real-time, in a format(s) that can be integrated with current and future Scottish Parliament systems. Data must be transferable with the IT network using standard data interchange formats, including XML and JSON, and mechanisms such as file import/export or API integration. Typical information that the S&V system must be able to accept includes data fields such as vote names and identifying attributes like numbers and letters. Data collected by the S&V system must be associated with inputted data assigned to users by the S&V system and, where appropriate, aggregated and exported in several formats. The contractor must provide any and all integration work required to ensure accurate and secure capture and transfer of data to and from the S&V system to the IT network. The contractor must where required repurpose existing equipment and transition this along with new items into their solution as part of their installation. During installation of the new S&V system the existing system will remain in operation and only removed once the new system has been demonstrated as being fully operational and meeting agreed standards. The contractor will provide all training for users and provide a planned and reactive maintenance service covering new and retained parts of the system. All maintenance work must be targeted to ensure that agreed availability targets for the whole system are achieved. This system is business critical, to minimise impact the contractor must be able to provide immediate fault resolution. During the Contract minor upgrade and project works may be requested, this could include refresher training for users. The contractor will be expected to deliver any works to agreed timescales and costs. Installation, commissioning, testing and user training for new consoles must take place in a specific, limited time period. The Contractor must be able to mobilise sufficient skilled resources to ensure successful delivery in this period. It is anticipated installation will take place during July and August 2021. During the Contract, including installation and later stages, the Contractor will have to work with many stakeholders including consultants, contractors and SPCB staff. They must be prepared to operate in an environment which requires a high level of interaction and cooperation between stakeholders. All personnel involved in this project will have to obtain security clearance to CTC level.
Renewal: The contract will have the option to extend for a period/periods of up to 60 months at the sole discretion of the SPCB.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000612687
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT397266
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
45 - Construction work
51 - Installation services (except software)
-
- CPV Codes
32210000 - Broadcasting equipment
32330000 - Apparatus for sound, video-recording and reproduction
32342410 - Sound equipment
32350000 - Parts of sound and video equipment
32351000 - Accessories for sound and video equipment
45232331 - Ancillary works for broadcasting
51000000 - Installation services (except software)
51313000 - Installation services of sound equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Oct 20205 years ago
- Submission Deadline
- 7 Apr 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Oct 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- February 2030
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH PARLIAMENTARY CORPORATE BODY
- Contact Name
- Emma O'Sullivan
- Contact Email
- emma.o'sullivan@parliament.scot
- Contact Phone
- +44 1313486625
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH99 1SP
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR383000
Provision of Replacement Sound, Voting & Interpretation System - The Scottish Parliament Corporate Body (SPCB) requires a specialist contractor to replace its current Sound and Voting (S & V) system. The associated microphones and speakers will provide broadcast quality audio and high-quality sound reinforcement in the debating chamber. This business-critical system will allow Members of the Scottish Parliament (MSPs) to positively log-in and log-out of the consoles and register votes on matters being discussed. The S & V system must be capable of importing and exporting and live flow of data. The system must ensure that exported data is indexed to imported data, aggregated where required and able to be exported to further business systems. This will require the contractor to undertake and support a level of integration between the new S & V system and existing services and systems that run on the Scottish Parliament Corporate IT network. The contractor must also be able to provide full training for system users, planned and reactive maintenance on the entire system and possess the capability to undertake future upgrade / project works when requested. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT397266
Provision of Replacement Sound, Voting & Interpretation System - The Scottish Parliament Corporate Body (SPCB) requires a specialist contractor to replace its current Sound and Voting (S & V) system. The associated microphones and speakers will provide broadcast quality audio and high-quality sound reinforcement in the debating chamber. This business-critical system will allow Members of the Scottish Parliament (MSPs) to positively log-in and log-out of the consoles and register votes on matters being discussed. The S & V system must be capable of importing and exporting and live flow of data. The system must ensure that exported data is indexed to imported data, aggregated where required and able to be exported to further business systems. This will require the contractor to undertake and support a level of integration between the new S & V system and existing services and systems that run on the Scottish Parliament Corporate IT network. The contractor must also be able to provide full training for system users, planned and reactive maintenance on the entire system and possess the capability to undertake future upgrade / project works when requested.
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-r6ebe6-0000612687-2020-10-14T00:00:00Z",
"date": "2020-10-14T00:00:00Z",
"ocid": "ocds-r6ebe6-0000612687",
"initiationType": "tender",
"parties": [
{
"id": "org-72",
"name": "Scottish Parliamentary Corporate Body",
"identifier": {
"legalName": "Scottish Parliamentary Corporate Body"
},
"address": {
"streetAddress": "The Scottish Parliament, Procurement Services",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH99 1SP"
},
"contactPoint": {
"name": "Emma O'Sullivan",
"email": "emma.o'sullivan@parliament.scot",
"telephone": "+44 1313486625",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Devolved Parliament",
"scheme": "TED_CA_TYPE"
},
{
"id": "Legislative Body",
"scheme": "COFOG"
}
],
"url": "http://www.parliament.scot"
}
},
{
"id": "org-73",
"name": "Edinburgh Sheriff Court House",
"identifier": {
"legalName": "Edinburgh Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-131",
"name": "Scottish Parliamentary Corporate Body",
"identifier": {
"legalName": "Scottish Parliamentary Corporate Body"
},
"address": {
"streetAddress": "The Scottish Parliament, Procurement Services",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH99 1SP"
},
"contactPoint": {
"name": "Emma O'Sullivan",
"email": "emma.o'sullivan@parliament.scot",
"telephone": "+44 1313486625",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Devolved Parliament",
"scheme": "TED_CA_TYPE"
},
{
"id": "Legislative Body",
"scheme": "COFOG"
}
],
"url": "http://www.parliament.scot"
}
},
{
"id": "org-132",
"name": "Edinburgh Sheriff Court House",
"identifier": {
"legalName": "Edinburgh Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Parliamentary Corporate Body",
"id": "org-131"
},
"tender": {
"id": "NIC-G&S-80",
"title": "Provision of Replacement Sound, Voting & Interpretation System",
"description": "The Scottish Parliament Corporate Body (SPCB) requires a specialist contractor to replace its current Sound and Voting (S & V) system. The associated microphones and speakers will provide broadcast quality audio and high-quality sound reinforcement in the debating chamber. This business-critical system will allow Members of the Scottish Parliament (MSPs) to positively log-in and log-out of the consoles and register votes on matters being discussed. The S & V system must be capable of importing and exporting and live flow of data. The system must ensure that exported data is indexed to imported data, aggregated where required and able to be exported to further business systems. This will require the contractor to undertake and support a level of integration between the new S & V system and existing services and systems that run on the Scottish Parliament Corporate IT network. The contractor must also be able to provide full training for system users, planned and reactive maintenance on the entire system and possess the capability to undertake future upgrade / project works when requested.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "32210000",
"scheme": "CPV"
},
{
"id": "45232331",
"scheme": "CPV"
},
{
"id": "32342410",
"scheme": "CPV"
},
{
"id": "32350000",
"scheme": "CPV"
},
{
"id": "32351000",
"scheme": "CPV"
},
{
"id": "32330000",
"scheme": "CPV"
},
{
"id": "51313000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Scottish Parliament, Holyrood, Edinburgh, EH99 1SP"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-04-07T12:00:00Z"
},
"documents": [
{
"id": "MAR383000",
"documentType": "contractNotice",
"title": "Provision of Replacement Sound, Voting & Interpretation System",
"description": "The Scottish Parliament Corporate Body (SPCB) requires a specialist contractor to replace its current Sound and Voting (S & V) system. The associated microphones and speakers will provide broadcast quality audio and high-quality sound reinforcement in the debating chamber. This business-critical system will allow Members of the Scottish Parliament (MSPs) to positively log-in and log-out of the consoles and register votes on matters being discussed. The S & V system must be capable of importing and exporting and live flow of data. The system must ensure that exported data is indexed to imported data, aggregated where required and able to be exported to further business systems. This will require the contractor to undertake and support a level of integration between the new S & V system and existing services and systems that run on the Scottish Parliament Corporate IT network. The contractor must also be able to provide full training for system users, planned and reactive maintenance on the entire system and possess the capability to undertake future upgrade / project works when requested.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR383000",
"format": "text/html"
},
{
"id": "OCT397266",
"documentType": "awardNotice",
"title": "Provision of Replacement Sound, Voting & Interpretation System",
"description": "The Scottish Parliament Corporate Body (SPCB) requires a specialist contractor to replace its current Sound and Voting (S & V) system. The associated microphones and speakers will provide broadcast quality audio and high-quality sound reinforcement in the debating chamber. This business-critical system will allow Members of the Scottish Parliament (MSPs) to positively log-in and log-out of the consoles and register votes on matters being discussed. The S & V system must be capable of importing and exporting and live flow of data. The system must ensure that exported data is indexed to imported data, aggregated where required and able to be exported to further business systems. This will require the contractor to undertake and support a level of integration between the new S & V system and existing services and systems that run on the Scottish Parliament Corporate IT network. The contractor must also be able to provide full training for system users, planned and reactive maintenance on the entire system and possess the capability to undertake future upgrade / project works when requested.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT397266",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The SPCB requires a contractor to replace its current Sound and Voting(S&V) system and maintain the new system to ensure exemplary levels of availability. The new S&V system will provide at least 131 consoles in the Debating Chamber. Consoles must be aesthetically pleasing and fit in with building architecture and be adaptable and configurable to ensure that users with accessibility requirements are considered. Consoles must allow Members of the Scottish Parliament(MSPs) to register a vote on matters being discussed. Consoles will allow MSPs to register a request to speak with requests managed at a central point on the Chamber podium. A microphone and speaker will be provided at each desk. Desk microphones will be enabled/disabled individually from this central point with audio from microphones integrated into the Chamber audio and PA system. MSPs must receive confirmation of their vote on the console and consoles must have screens to allow MSPs to see voting options. MSPs must be able to positively log in/out of consoles and be positively identified on the S&V system through this method. Currently a corporate photographic ID card with an embedded chip is used to perform this function. These same proxy cards will be used on the new S&V system and perform the same function. Suppliers are expected to ensure that their system is compatible with these existing RFID cards and undertake any changes to their consoles necessary to ensure this. The S&V system must accept data inputs from a variety of sources and allow flexibility in the administration of this data in real-time (e.g. ability to manipulate the order in which votes are taken and adding items on which a vote will be called). Sources of data will include services and systems running on the Scottish Parliament Corporate IT network (IT network) and via direct file transfer i.e. portable memory device. The S&V system should provide the ability to output data, on demand and in real-time, in a format(s) that can be integrated with current and future Scottish Parliament systems. Data must be transferable with the IT network using standard data interchange formats, including XML and JSON, and mechanisms such as file import/export or API integration. Typical information that the S&V system must be able to accept includes data fields such as vote names and identifying attributes like numbers and letters. Data collected by the S&V system must be associated with inputted data assigned to users by the S&V system and, where appropriate, aggregated and exported in several formats. The contractor must provide any and all integration work required to ensure accurate and secure capture and transfer of data to and from the S&V system to the IT network. The contractor must where required repurpose existing equipment and transition this along with new items into their solution as part of their installation. During installation of the new S&V system the existing system will remain in operation and only removed once the new system has been demonstrated as being fully operational and meeting agreed standards. The contractor will provide all training for users and provide a planned and reactive maintenance service covering new and retained parts of the system. All maintenance work must be targeted to ensure that agreed availability targets for the whole system are achieved. This system is business critical, to minimise impact the contractor must be able to provide immediate fault resolution. During the Contract minor upgrade and project works may be requested, this could include refresher training for users. The contractor will be expected to deliver any works to agreed timescales and costs. Installation, commissioning, testing and user training for new consoles must take place in a specific, limited time period. The Contractor must be able to mobilise sufficient skilled resources to ensure successful delivery in this period. It is anticipated installation will take place during July and August 2021. During the Contract, including installation and later stages, the Contractor will have to work with many stakeholders including consultants, contractors and SPCB staff. They must be prepared to operate in an environment which requires a high level of interaction and cooperation between stakeholders. All personnel involved in this project will have to obtain security clearance to CTC level.",
"status": "cancelled",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The contract will have the option to extend for a period/periods of up to 60 months at the sole discretion of the SPCB."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "as per procurement docs",
"description": "100"
},
{
"type": "price",
"description": "0"
}
]
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "In order to ensure the highest standards of service quality in this contract the SPCB requires the contractor to take a positive approach to fair work practices. Full details of all performance conditions are set out in the ITT documents"
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2020-06-15T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "In relation to the ESPD: 4A.1 not used 4A.2 not used"
},
{
"type": "economic",
"description": "Question 4B.6 only applies to this selection criteria. The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of bidders. Bidders are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/ If a bidder does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed. If a bidder is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out.",
"minimum": "Bidders should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a bidder has a lower credit rating score and has the backing of a parent company with a credit rating of 40 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the bidder may be rejected."
},
{
"type": "technical",
"description": "Section 4C.1 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part 11.2.4 of the Contract Notice. Section 4C.2 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon. Section 4C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the Contract Notice or the relevant section of the Site Notice. Sections 4C.3, 4C.5 and 4C.6 are not used. Section 4C.7 Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: (i)A description of the organisation's approach to environmental management. (ii)Detail on how the organisation's own suppliers meet their environmental commitments which are appropriate to the work for which they are being engaged. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Sections 4C.8, 4C.9, 4C.11, 4C.12 are not used",
"minimum": "Please note that there are minimum requirements concerning Cyber Security for this contract to which a pass/fail marking will attach. Bidders will be required to complete an online Supplier Assurance Questionnaire using the Scottish Cyber Assessment Service (SCAS) at ITT stage. A link to SCAS can be found here: https://cyberassessment.gov.scot. The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the SPCB's assessment of cyber risk."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"classification": {
"id": "51000000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "February 2030"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 050-119919"
}
],
"description": "A Bidder's Conference will be held at the Scottish Parliament Building in June/July 2020. Further details will be provided in the tender documentation. System demonstrations will form part of the tender evaluation. It is anticipated that these will be held at the Scottish Parliament Building in June/July 2020. Further details will be provided in the tender documentation. The successful Contractor will be required to work with the SPCB to establish any Community Benefits that are achievable under the contract. (SC Ref:633349)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000612687"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000612687"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "NIC-G&S-80",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
]
}