Tender

Provision of Audio Visual (AV) services for Scottish Ministers

SCOTTISH GOVERNMENT

This public procurement record has 1 release in its history.

Tender

05 Dec 2025 at 00:00

Summary of the contracting process

See notice for full details.

How relevant is this notice?

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, national priorities 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, national priorities and scale of the event.

Options: There will be an option for 2x 12 month extensions included within the contract at the discretion of the Scottish Government

Renewal: There will be an option for 2x 12 month extensions included within the contract at the discretion of the Scottish Government

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000816806
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544968
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

79952000 - Event services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Dec 20253 days ago
Submission Deadline
6 Jan 20265 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Marcia Broadfoot
Contact Email
marcia.broadfoot@gov.scot
Contact Phone
+44 412425466

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
Not specified

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

Further Information

Notice Documents

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-r6ebe6-0000816806-2025-12-05T00:00:00Z",
    "date": "2025-12-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000816806",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-13",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8LU"
            },
            "contactPoint": {
                "name": "Marcia Broadfoot",
                "email": "marcia.broadfoot@gov.scot",
                "telephone": "+44 412425466",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-14",
            "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"
            },
            "contactPoint": {
                "telephone": "+44 1312252525",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-13"
    },
    "tender": {
        "id": "818368",
        "title": "Provision of Audio Visual (AV) services for Scottish Ministers",
        "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, national priorities and scale of the event.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-01-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-01-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC544968",
                "documentType": "contractNotice",
                "title": "Provision of Audio Visual (AV) services for Scottish Ministers",
                "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, national priorities and scale of the event.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544968",
                "format": "text/html"
            }
        ],
        "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, national priorities and scale of the event.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "options": {
                    "description": "There will be an option for 2x 12 month extensions included within the contract at the discretion of the Scottish Government"
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be an option for 2x 12 month extensions included within the contract at the discretion of the Scottish Government"
                }
            }
        ],
        "bidOpening": {
            "date": "2026-01-06T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "List and brief description of selection criteria: 4B.4 -The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice. 4B.5 - The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice. Minimum level(s) of standards required: 4B.4 - Bidders must demonstrate a Current Ratio of no less than 0.8. 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. 4B.5 - Professional Risk Indemnity Insurance - 2,000,000 GBP (A sum not less than) Public Liability Insurance - 5,000,000 GBP (A sum not less than) Employees Liability Insurance - 5,000,000 GBP (A sum not less than) III.1.3) Technical and professional ability List and brief description of selection criteria: 4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract. 4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Minimum level(s) of standards required: 4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder's carbon emissions. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract III.2) Conditions related to the contract III.2.3) Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract"
                },
                {
                    "type": "technical",
                    "description": "List and brief description of selection criteria: 4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract. 4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Minimum level(s) of standards required: 4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder's carbon emissions. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "79952000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30752. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers' commitment to contributing to the social, economic & environmental well-being of the people of Scotland. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30752. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:816806)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000816806"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}