Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Contact person: Claudio Swinton
E-mail: claudio.swinton@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Media Auditor Services
Reference number: SP-24-012
II.1.2) Main CPV code
79341100
II.1.3) Type of contract
Services
II.1.4) Short description
This contract agreement is for the provision of Media Auditor Services. The Contractor will be required to work on behalf of the Framework Public Bodies to meet all requirements of the service. This will include undertaking a review of the Advertising purchased under the Media Planning, Buying and Associated Services Framework Agreement and provide support and advice to Framework Public Bodies. Additionally, the contractor will be required to provide technical advice and support to the award of any new Media Planning & Buying Framework.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
250 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79341100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Scottish Procurement and Property Directorate (SPPD) is the organisation tasked with procuring requirements on behalf of Scottish Public Sector Bodies. The Contract will cover the provision of Media Auditor Services to undertake a review of the Advertising purchased under the Media Planning, Buying and Associated Services Framework Agreement and provide technical advice and support.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
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
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-038738
Section V: Award of contract
Contract No: SP-24-012
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/03/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Twenty Three Media Ltd
20-22 Wenlock Road, London
London
N1 7GU
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 250 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Full details of award criteria and the weightings and scoring can be found in the Invitation to Tender.
In the event of a tie, the Authority reserves the right to appoint the tenderer with the highest quality score, if the tenderers are tied with the
same quality score, the Authority reserves the right to appoint the tenderer with the highest quality score in section 2.2 Delivery of the
Services of the tenderers bid.
Tenderers must confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage. Tenderers who fail to answer “Yes” to this question will not have their tender
considered further.
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 (Sco) Regs 2015.
SPD Section 2: Sub-Contractors who are not being relied upon to meet Selection Criteria - A separate SPD will not be required at this
Stage.
SPD Q4.C.4 - Tenderers must state whether they intend, or do not intend, to use a supply chain to deliver the requirements detailed in the
ITT.
If Tenderers intend to use a supply chain to deliver the requirements, they should provide evidence in the SPD that they have the relevant
supply chain management and tracking systems in place to ensure a resilient and sustainable supply chain. This will include confirmation
that the Tenderer has the systems in place to pay subcontractors through the supply chain promptly and effectively, including evidence of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm and evidence (b) they must provide an improvement plan, signed by their Director, which commits to
improvements in the payment performance.
Acceptable evidence includes but is not limited to:
- Extract of the Tenderer’s terms & conditions detailing standard payment terms;
- A summarised accounts payable report showing payment on time performance;
- Payment Performance Statement Signed by External Auditor;
- Credit Score/Credit Report; or
- An improvement plan, signed by a Director, which commits to improvements in payment performance. Improvement plan template and
further evidence examples are held within the Supplier Journey.
Where a Tenderer does not intend to use a supply chain to deliver the requirements detailed in the ITT, they should clearly state this in
response to Q4.C.4.
Responses to Q4.C.4 will be evaluated as a “Pass” or “Fail”. Tenderers who do not achieve a “Pass” for this question will not be considered
further.
If you are an SME or 3rd sector organisation interested in working with the public sector, the Supplier Development Programme can help.
Attached is a link to the Supplier Development
Programme:https://www.sdpscotland.co.uk/?utm_source=pcs&utm_medium=frontpage&utm_content=march16&utm_campaign=SDP03
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28078. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:793952)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
Telephone: +44 1312252525
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session.
VI.5) Date of dispatch of this notice
20/03/2025