Back to tenders & grants page
Burrell Collection Audio Visual Software and Digital Content Tourism, Information Technology Burrell Collection Audio Visual Software and Digital Content
Receive Tenders like this by email

Burrell Collection Audio Visual Software and Digital Content

Burrell Collection Audio Visual Software and Digital Content has been closed on 13 Apr 2021. It no longer accepts any bids. For further information, you can contact the Glasgow City Council

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Glasgow City Council

Industry:

Tourism

Information Technology

Status:

Closed

Timeline

Published:

10 Mar 2021

Deadline:

13 Apr 2021

Value:

Not available

Contacts

Phone:

+44 1412876964

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409195

Contract Notice (below OJEU threshold)

Section I: Contracting authority

I.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

UK

Contact person: Lindsay McGibbon

Telephone: +44 1412876964

E-mail: [email protected]

NUTS: UKM82

Internet address(es)

Main address: www.glasgow.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Burrell Collection Audio Visual Software and Digital Content

Reference number: GCC005286CPU

II.1.2) Main CPV code

48100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Glasgow City Council invites tenders for the Burrell Collection Audio Visual Software and Digital Content for the Burrell Museum.

The contract is expected to run for 6 months.

This requirement is not divided into Lots as the package of works is of a similar nature and can be provided by one supplier.

This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this Contract Notice when completing the SPD in PCS-T.

II.1.5) Estimated total value

Value excluding VAT: 170 000.00 GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48100000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

UK, Glasgow

II.2.4) Description of the procurement

Burrell Collection AV Software and Digital Content

To deliver complete content solutions for a diverse suite of public-facing display points for the Museum, and the Digital Management System that will manage and populate these display points.

The Burrell Collection will be interpreted through a story-display approach that will reveal the diverse lives of individuals and communities associated with the objects and the issues and challenges faced in their lifetime.

The contract consists of 9 elements and the supplier will require to:

- Develop and deliver all content and scripting as per individual briefs

- Supply of all final content and associated elements in a manner that is fully compatible with associated playback hardware and the Project’s Digital Management System

- Development of each of these items to be robust and reliable in both the physical and software / hardware environments within which they will be deployed

- Development of each of these items to be simple to maintain, post-deployment

- Delivery of work-in-progress versions of final deliverables that can be tested with target audiences

- Meet all relevant programme dates and deliverables, including software, content and technical specifications for the client and for other contractors

II.2.5) Award criteria

Criteria below:

Quality criterion: Contract Management / Weighting: 5

Quality criterion: Methodology and Project Plan / Weighting: 10

Quality criterion: Deliverables / Weighting: 15

Quality criterion: Method Statement / Weighting: 10

Quality criterion: Quality Control / Weighting: 10

Quality criterion: Project Team / Weighting: 10

Quality criterion: Fair Work Practice / Weighting: 5

Price / Weighting:  35

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 6

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

FINANCIAL

Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:-

There is a minimum financial requirement that affects trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House.

Trading Performance

An overall positive outcome on pre tax profits over a 3 year period

Exceptional items can be excluded from the calculation.

the above would be expressed in the ratio Pre-Tax Profit/Turnover.

Balance Sheet strength

Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process.

Intangibles can be included for purposes of the Total Assets figure.

The above would be expressed in the ratio Total Assets/Total Liabilities.

Bidders who have been trading for less that the 3 years noted above must provide evidence that they are complying with the above minimum financial requirement for the period in which they have been trading.

Bidders who do not comply with the above financial requirement but are part of a Group, can provide a Parent Company Guarantee if the Parent company satisfies the financial requirements stipulated above.

Glasgow City Council also requires assurance regarding current liquidity of the bidding company. The bidder may provide a Letter of Comfort from its own back to satisfy the above financial requirement.

Glasgow City Council would also be prepared to consider other documentation that provided evidence the bidder has adequate financial resources to under the contract.

The Council reserves the right at its own discretion to seek such other information from the Bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder’s economic and financial standing.


Minimum level(s) of standards required:

INSURANCES

All insurance figures are reviewable by Glasgow City Council for each project being tendered. Glasgow City Council will make the final decision on the level required for each project. There may be an option to require a lower level of insurance cover depending on the risk involved however all changes to the standard insurance requirements must be approved in advance by Financial Services (Insurance Section).

Glasgow City Council’s Insurance Requirements are:

Bidder shall take out and maintain, throughout the period of the contract, Employer’s Liability insurance to the value of at least TEN MILLION (10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.

Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period.

Bidder shall take out and maintain throughout the period of their services and for a further 6 years on completion of their service, Professional Indemnity insurance to the value of a minimum ONE MILLION (1,000,000) POUNDS STERLING in respect of any one claim and in the aggregate.

Policies should contain an indemnity to principal clause.

The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case.

Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained.

If the Bidder does not have the specified insurances or not certify an undertaking to do so, this WILL result in the Bidder not being taken to the next stage in the evaluation process

Confirmation of Insurances

The Bidder is required to confirm that these levels of insurance would be in place should the Bidder be awarded this contract.

All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Please provide three examples of a similar size or value to the Burrell Collection, from either the public or private sector, where you have managed, developed, designed and delivered similar projects of a similar scale for comparable, public facing cultural institutions or visitor centres.

We are allowing examples carried out during the last FIVE years instead of three years as stipulated in the online SPDS question,

At least one example should be within the last 3 years and ideally, one example should be from the public sector.

Relevant examples should indicate project value, project duration, brief project description and client contact details.

Response to this question should not exceed 2000 words per example to be provided on A4, Arial font 11.

Where a submission exceeds the maximum number of words indicated per example, no account will be taken of the words beyond the Maximum Word Count.

For clarity, the word count will begin at the first word in the response (including any headings, titles and references to the section) and no consideration will be given to words after the limit has been exceeded.

Please Note that this count includes all headers, titles and appendices. Figures and diagrams may be used to accompany text but should be restricted to one per section and not unduly use text.

Weighting

The weighting will be out of 100% with 33.33% attributed to each example. A minimum pass mark of 60% out of 100% is required in total for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage

As part of your response please provide as a minimum the following:

- name of the client, budget, programme duration & completion date

- name(s) of key sub-contractors and / or specialist sub-contractors

- A brief project description, together with the teams’ role in its delivery; defining the key roles over the service provision.

- Approach taken in delivery of the example project services.

- Demonstration of successful management and implementation of the key contractor roles, comparable with those required on this commission, and identifying how project constraints and challenges were addressed, and how project objectives and aspirations were met.


Minimum level(s) of standards required:

Please refer to the SPD Statements document uploaded to the Buyers Attachment area in PCS-T

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/04/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 13/04/2021

Local time: 12:00

Place:

UK, Glasgow

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. Please refer to the ‘SPD Statements’ doc within the Invitation to Tender document.

Health & Safety – bidders must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal.

Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Bidders 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 the council does not bind itself to withhold this information).

Tenderers Amendments - Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer.

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.

Bidders will be required to complete the prompt payment certificate contained in the Buyers Attachments area within PCS Tender portal.

Non – Collusion - Bidders will be required to complete the Non-Collusion certificate contained in the Buyers Attachments area within the tender portal.

Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.

Terms and Conditions are located within the Buyers Attachments area of the tender portal.

Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder.

Additional information pertaining to this contract notice is contained within the Invitation To Tender documents and the SPD Statements document. Bidders must ensure they read these in line with this contract notice.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18037. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Please refer to the Invitation to Tender Document for details

(SC Ref:645423)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO BOX 23 1 Carlton Place

Glasgow

G5 9DA

UK

E-mail: [email protected]

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

VI.5) Date of dispatch of this notice

10/03/2021


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more