Exhibition Design and Build Scotland
Design, build and storage of exhibition stand for the Scottish Learning Festival.
United Kingdom-Livingston: Event services
2016/S 177-317647
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Denholm House, Almondvale Business Park
Livingston
EH54 6GA
United Kingdom
Contact person: Sandra Wilson
Telephone: +44 1312445748
E-mail: edsprocurement@educationscotland.gsi.gov.uk
NUTS code: UKM34
Internet address(es):Main address: http://www.educationscotland.gov.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11402
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:
Design, build and storage of exhibition stand for the Scottish Learning Festival.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Scottish Learning Festival (SLF) is the major annual event in the Scottish Education calendar and a focal point for educational professionals in Scotland. The event aims to celebrate success, showcase effective practice, inspire better teaching and learning and help to create a confident education profession for the 21stcentury.
Education Scotland requires a supplier to design and build the SLF stand and to manage the transportation, storage and maintenance of the stand out with use at each event. The contract term will be for 36 months covering 3 SLF events i.e. 2017, 2018 and 2019. The 2017 event will take place at the Scottish Exhibition Conference Centre (SECC), Glasgow on Wednesday, 20th and Thursday, 21.9.2017. Event dates for 2018 and 2019 will be similar to 2017.
The procurement will be a 2 stage restricted procedure.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Event location is the Scottish Exhibition and Conference Centre (SECC) in Glasgow.
II.2.4)Description of the procurement:
The objective of this tender is to appoint a single supplier to provide the full scope of the requirements. The supplier will be required to design and build the SLF exhibition stand for use at SLF events in 2017, 2018 and 2019. There will be 2 x 12 month extension options available to ES. The supplier will be required to transport the stand to and from each SLF event and provide storage when not in use.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This contract term will be up to 60 months (36 +12 + 12).
II.2.9)Information about the limits on the number of candidates to be invited
This Procurement will be conducted through the use of the Restricted Procedure. The 5 highest scoring candidates will be invited to progress to tender stage. All queries about this procurement must be made via the PCS messaging system.
The process we will apply will be:
— Statements including the specific requirements can be found within Section III.1.1) III.1.2) and III.1.3) of the Contract Notice.
Bidder’s must pass the minimum standards sections of the ESPD (Scotland) Part III and Section B and D of Part IV will be scored on a pass/fail basis, and Section C of Part IV of the ESPD (Scotland) will be scored in the following way:
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.
The responses to the questions Part IV Section C Technical and Professional ability will be weighted in the following way:
4C.1.2. Please provide relevant examples of supplies and/or services carried out during the last 3 years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided) — 70 %.
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 — 10 %.
4C.7. Please provide details of the environmental management measures which the bidder will be able to use when performing the contract — 10 %.
4C.9. Please provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise — 10 %.
4C.10. Please provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract — 0 %.
II.2.10)Information about variants
II.2.11)Information about options
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Statement for 4A.1 — Bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
III.1.2)Economic and financial standing
4B1.1. Bidders will be required to have a minimum ‘general’ yearly turn over of 350 000 GBP for the last 3 years.
4B2.1. Bidders will be required to have a minimum yearly ‘specific’ turnover of 350 000 GBP for the last 3 years in the business area covered by the contract.
4B.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.
4B5.1. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP.
4B5.2. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Public Liability Insurance = 1 000 000 GBP;
Professional Indemnity Insurance = 500 000 GBP.
III.1.3)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/supplies as described in part II.2.4) 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.7. Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
Timber products: https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/339920/GOV.UK_GBS_for_wood_products.pdf
Paint and Varnish: https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/482118/gbs-paints-varnishes-2015.pdf
4C.9. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice or the relevant section of the Site Notice.
4C.10. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4D.1. Quality Management Procedures:
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); or
2. The bidder must have the following:
a. 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.
Health and Safety Procedures:
3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, Or;
4a. The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
Note: Organisations with fewer than 5 employees are not required by law to have a documented policy statement.
4D.2. Environmental management:
1. 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; or
2. The bidder must have the following:
a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at:http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=453887
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at:http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause in this contract.
(SC Ref:453887).
VI.4.1)Review body
Denholm House, Almondvale Business Park
Livingston
EH54 6GA
United Kingdom
Telephone: +44 1312444319
E-mail: gillian.howells@educationscotland.gsi.gov.ukInternet address:http://www.educationscotland.gov.uk/
VI.5)Date of dispatch of this notice:
Related Posts
Delivery of Music Festival in Torquay
External Venue Hire Framework Derbyshire
NHS Wales Conferences and Events Framework
Department for International Trade Events Management Services