Mobile Learning Resource Tender
There are 6 separate lots: Lot 1: Digital Management System.
United Kingdom-Glasgow: Software package and information systems
2018/S 214-490462
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
220 High Street
Glasgow
G4 0QW
United Kingdom
Telephone: +44 1412875104
E-mail: maureen.bradley@glasgowlife.org.uk
NUTS code: UKM82
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Mobile Learning Resource
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Glasgow Life is looking to appoint consultants to design a pioneering interactive learning experience at Kelvingrove Art Gallery and Museum.
There are 6 separate lots:
— Lot 1: Digital Management System,
— Lot 2: Mobile Content, User Interface and Experience,
— Lot 3: In Gallery Story Stop Content, User Interface and Experience,
— Lot 4: HQ and In Gallery Physical Build/Fit Out,
— Lot 5: HQ Content and User Experience,
— Lot 6: Hardware Supply and Install.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Mobile Content, User Interface and Experience
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow
II.2.4)Description of the procurement:
Mobile Content, User Interface and Experience
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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
II.2.1)Title:
HQ and In Gallery Physical Build/Fit Out
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow
II.2.4)Description of the procurement:
HQ and In Gallery Physical Build/Fit Out
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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
II.2.1)Title:
In Gallery Story Stop Content, User Interface and Experience
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow
II.2.4)Description of the procurement:
In Gallery Story Stop Content, User Interface and Experience
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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
II.2.1)Title:
Content and User Experience
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow
II.2.4)Description of the procurement:
HQ Content and User Experience
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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
II.2.1)Title:
Hardware – Supply and Install
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow
II.2.4)Description of the procurement:
MLR – Hardware – Supply and Install
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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
II.2.1)Title:
Digital Management System
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Glasgow
II.2.4)Description of the procurement:
Digital Management and Publishing System (DMS)
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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.1.2)Economic and financial standing
Bidders must comply with the undernoted financial requirements in relation to minimum turnover, trading performance and balance sheet strength in order to participate in the tendering process:
— minimum turnover:
applicants require a Turnover level equivalent to the total composite value of lots applied for.
— trading performance ratio:
an overall positive outcome on pre-tax profits over a 3 year period. Exceptional items occurring in the normal course of business can be excluded from calculation.
— balance sheet strength:
net worth of the organisation must be positive.
Intangibles can be included for purposes of the total asset figure.
The above ratios and minimum turnover requirements should be calculated on last set of accounts filed at Companies House.
For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts.
Applicants who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period during which they have been trading.
Applicants who do not comply with the above financial requirements but are part of a group, can provide a parent guarantee if the parent company satisfies the financial requirements stipulated above.
Where the applicant is a group of economic operators (such as a consortium), the lead party of that group must comply with minimum financial requirements.
Glasgow Life reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant’s economic and financial standing.
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.
Public Liability Insurance = 5 000 000 GBP.
Products Liability Insurance = 5 000 000 GBP.
Professional Indemnity Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
Lot 1. Please note that you are required to provide 3 examples of a similar size or value, from within the last 5 years (not 3 as stated), where you have developed and delivered software to serve and manage a network of public-facing interfaces for both smart, mobile hardware and in-gallery display hardware within a museum, gallery or visitor attraction environment.
Lot 2. Please note that you are required to provide 3 examples of a similar size or value, from within the last 5 years (not 3 as stated) where you have developed sophisticated, audience-appropriate content for delivery via mobile interface — for multiple users — within a museum, gallery or visitor attraction environment
Lot 3. Please note that you are required to provide 3 examples of a similar size or value, from within the last 5 years (not 3 as stated) where you have developed sophisticated, audience-appropriate content for delivery of rich and engaging, in-gallery content and interactive interfaces for a clearly defined audience – within a museum, gallery or visitor attraction environment.
Lot 4. Please note that you are required to provide 3 examples of a similar size or value, from within the last 5 years (not 3 as stated) where you have designed, constructed and installed environments that enable the delivery of immersive digital experiences within a museum, gallery or visitor attraction environment.
Lot 5. Please note that you are required to provide 3 examples of a similar size or value, from within the last 5 years (not 3 as stated) where you have developed sophisticated, audience-appropriate content for delivery of rich and engaging, immersive digital content and interactive interfaces for a clearly defined audience – within a museum, gallery or visitor attraction environment.
Lot 6. Please note that you are required to provide 3 examples of a similar size or value, from within the last 5 years (not 3 as stated) where you have supplied and installed a suite of fit-for purpose digital hardware for use within a museum, gallery or visitor attraction environment.
Bidders must score no less than 60 % of the marks available for the questionS above based upon the scoring guidance shown in the ITT
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.3)Additional information:
Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in ESPD 4D attached at https://www.glasgow.gov.uk/index.aspx?articleid=19621 Please click on the additional information tab to access the ESPD statements.
Freedom of Information Act – Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the buyers attachments area within the PCS Tender portal (NB Glasgow Life does not bind itself to withhold this information).
Tenderers Amendments — The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to this offer. Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area within PCS Tender portal.
Prompt Payment — The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council’s satisfaction that all funds due to the tenderer’s permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt.
The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal.
Bidders will be required to complete the Non-Collusion certificate contained in the buyers attachments area within the PCS Tender portal
Terms and Conditions are located within Section 3 of the ITT document
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=557882.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community benefits requirements will be identified at Invitation to Tender (ITT) stage.
(SC Ref:557882)
VI.4.1)Review body
220 High Street
Glasgow
G4 0QW
United Kingdom
Telephone: +44 1412875104Internet address: www.glasgowlife.org.uk
VI.5)Date of dispatch of this notice: