Scottish Government Tender for Transcription Services
The Scottish Ministers require transcription services on behalf of the Scottish Child Abuse Enquiry.
United Kingdom-Glasgow: Audio-visual equipment
2017/S 045-082614
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LG
United Kingdom
Telephone: +44 1412425678
E-mail: Paul.packett@gov.scot
NUTS code: UKM
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:
Transcription Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Scottish Ministers require transcription services on behalf of the Scottish Child Abuse Enquiry, to provide a real time verbatim transcription of the enquiry’s public hearings and to provide a fully edited transcription of each days proceedings to form part of a permanent record of the inquiry.
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
II.2.4)Description of the procurement:
The provision of Stenograph services to the Child Abuse Enquiry.
II.2.5)Award criteria
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
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Minimum level(s) of standards required:
Please refer to these statements when completing section 4B of the ESPD (Scotland).
Statement for 4B 1.1 Statement
List and brief description of selection criteria:
This section refers to section B of Part IV of the ESPD (Scotland) and covers questions 4B.1-6 of the ESPD (Scotland):
Statement for 4B4 Bidders must demonstrate a Current Ratio of greater than 0.8.
Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
In the event that any tenderer does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.
Statement for 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/started trading.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Statement for 4B.5
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below.
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = 1 000 000 GBP.
Professional Indemnity Insurance = 1 000 000 GBP.
Statement for 4B.6:
Bidders are required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and must submit their 2 most recent sets of annual audited accounts including balance sheets and profit/loss accounts (translated into both GBP and English language if necessary) via electronic link in 4B.6.1 or uploading electronic copies into the general attachments area in PCS-T.
III.1.3)Technical and professional ability
Minimum level(s) of standards required:
Statement for 4C 1.2.
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services.
Please note: In PCS-T, responses to 4C.1.2 should be given as a clearly labelled attachment to this question.
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Service type not suited to Lotting.
ESPD will be scored on a pass/fail basis.
Question Scoring Methodology for Award Criteria outlined in invitation to tender:
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/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Form attached to ESPD questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first 3 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.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7794. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref: 484722).
VI.4.1)Review body
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LG
United Kingdom
Telephone: +44 1412425678Internet address:http://www.scotland.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Green Deal Ombudsman and Investigation Service Administration Contract
Business Support Commission Winchester
Industrial Energy Efficiency Innovation Programme Development and Delivery
Provide Business Case Consultancy Services for Staffordshire Police
Business Workshop Design Framework Nottingham