Marketing Services for the London Innovation and Investment Hub
Successful delivery of Membership Development and Management, Front of house and Events Development and Programme Management activities.
United Kingdom-Glasgow: Marketing services
2016/S 232-422788
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Atlantic Quay, 150 Broomielaw
Glasgow
G61 8LU
United Kingdom
Contact person: Douglas Martin
Telephone: +44 1412420478
E-mail: Douglas.Martin@gov.scot
NUTS code: UKM
Internet address(es):Main address: http://www.scotland.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Management and Marketing Services for The London Innovation and Investment Hub.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The successful contractor will support the smooth and efficient management of the Hub through successful delivery of Membership Development and Management, Front of house and Events Development and Programme Management activities.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
1.1 The Scottish Government (SG), working in partnership with Scottish Enterprise (SE), Highlands & Islands Enterprise (HIE) and VisitScotland (VS) — the Partners — is looking to appoint a Service Provider to assist with the development and running of the London Innovation and Investment Hub.
1.2 The London Hub (the Hub), scheduled to open in early 2017, The Hub will be located in a newly refurbished, shared-occupancy building in the Blackfriars area of London EC4Y. The Hub will encompass the entirety of the 5th floor of the building with the aims to create trade, investment and innovation opportunities for Scottish businesses, organisations and institutions with governments, companies, investors and academic, research and policy institutions headquartered in London.
1.3 The services required can be categorised in three broad groups of Membership Development and Management; Front of House Management (soft facilities management); and Events Development and Programme Management.
1.4 The Service Provider will deliver the 3 core work areas as detailed above. The Partners are open to tenders from single organisations with the capability to deliver all services and from self-organising partnerships and consortia where different parties can harness their collaborative experience, expertise and networks in both London and Scotland to deliver the entirety of the services specified.
1.5 The Service Provider must have the capacity to deliver the Objectives throughout the period of the contract.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Subject to contractor performance, Scottish Government has the option to extend for an additional 1 year period to 31.3.2021.
II.2.13)Information about European Union funds
II.2.14)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.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
There must be no qualifications or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Statement for 4.B.1.1: Bidders will be required to have a minimum ‘general’ yearly turnover of 800 000 GBP for the last 2 years.
Statement for 4.B.3: Where turnover information is not available for the time period requested the bidder will be required to state the date which they were set up or started trading.
Statement for 4B.4: Bidders will be required to state the values of the following financial ratio(s):
Current Ratio
Bidders must demonstrate a Current Ratio of greater than 0.8.
The ratio will be calculated as follows:
Net current assets/net current liabilities
As evidence for the ESPD (Scotland) question 4B.1.1, the Procurement Officer may ask for annual accounts from the bidder.
Statement for 4B.5.1-3:
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequent awarded contract, the type of insurance indicated below.
Employer’s (Compulsory)Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 2 000 000 GBP
Professional Indemnity Insurance = 1 000 000 GBP
III.1.3)Technical and professional ability
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.2: Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
4C.3: Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or 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.8.1: Bidders will be required to confirm their average annual manpower for the last 3 years.
4C.8.2: Bidders will be required to confirm their number of managerial staff for the last 3 years.
4c.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Mid 2019 or 2020 if the optional period year extension is implemented.
VI.2)Information about electronic workflows
VI.3)Additional information:
Service type not suited to lotting. ESPD will be scored on a pass/fail basis.
Award Criteria Questions can be found in the ITT together with weightings.
Technical responses will be evaluated using the following methodology;
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 ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors as identified within the response to Q2C.1.1 and Q2D.1.1, upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD. These parties must complete the first three sections of the ESPD 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7158. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause in this contract.
(SC Ref:469621).
VI.4.1)Review body
Victoria Quay, Leith
Edinburgh
EH6 6QQ
United Kingdom
Telephone: +44 1312440474Internet address:http://www.scotland.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Brand Identity Contract London
ERDF Marketing and Communication Framework Services
Stakeholder Engagement West Midlands
Provide Marketing Consultancy Services for Aberystwyth University