Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework Agreement for Media Services

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04d4ed
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
26 February 2025
Deadline date:
04 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Framework Agreement is for the provision of Media Services to Framework Public Bodies throughout Scotland

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

AREA 3A SOUTH, VICTORIA QUAY, THE SHORE

Edinburgh

EH6 6QQ

UK

Telephone: +44 1312443627

E-mail: david.bilton@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.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

http://www.publictendersscotland.publiccontractsscotland.gov.uk


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

Framework Agreement for Media Services

II.1.2) Main CPV code

79416000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This Framework Agreement is for the provision of Media Services to Framework Public Bodies throughout Scotland

II.1.5) Estimated total value

Value excluding VAT: 1 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Framework Agreement for Media Services - Lot 1

II.2.2) Additional CPV code(s)

79416000

79310000

72310000

72416000

79330000

92400000

92200000

72414000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The Framework agreement is for the provision of Media Services to Public Sector Bodies throughout Scotland.

The agreement is for a period of 4 years.

The Contractor must be able to provide the full range of Lot 1 core services as detailed in the Invitation to Tender documents to Public Sector Bodies on a cost effective and best value basis.

These include:

-Print Media Coverage Service

-Broadcast Coverage Service

-Online Coverage Service

-Social Media Service

-Analytics & Evaluation Service

The contractor must provide comprehensive management information at all stages throughout the process and to all participating framework public bodies.

All Public Sector Bodies must receive a consistently high level service, irrespective of geographical location. A degree of flexibility is required in the service delivery.

The contractor will be expected to provide resources, processes and systems that deliver continuous improvement and which demonstrate that best value is being achieved for all organisations. Improvements delivered may include but are not limited to; reduction in whole-life costs, quality, and user satisfaction.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60%

Price / Weighting:  40%

II.2.6) Estimated value

Value excluding VAT: 810 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be placed for a 4 year period and may be subject to renewal at the end of the 4 year period.

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

Lot No: 2

II.2.1) Title

Framework Agreement for Media Services - Lot 2

II.2.2) Additional CPV code(s)

79416000

79310000

72416000

79330000

92400000

92200000

72414000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The Framework agreement is for the provision of Media Services to Public Sector Bodies throughout Scotland.

The agreement will be for a period of 4 years.

The contractor must be able to provide the full range of Lot 2 core services as detailed in the Invitation to Tender documents to Public Sector Bodies on a cost effective and best value basis.

These include:

-News Distribution and Online Newsroom Service

-Enquiry Management Service

The contractor must provide comprehensive management information at all stages throughout the process and to all participating Public Sector Bodies.

All framework public bodies must receive a consistently high level of service, irrespective of geographical location. A degree of flexibility is required in the service delivery.

The contractor will be expected to provide resources, processes and systems that deliver continuous improvement and which demonstrate that best value is being achieved for all organisations. Improvements delivered may include but are not limited to; reduction in whole-life costs, quality and user satisfaction.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60%

Price / Weighting:  40%

II.2.6) Estimated value

Value excluding VAT: 690 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be placed for a 4 year period and may be subject to renewal at the end of the 4 year period.

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders must demonstrate a current ratio of 0.8 or above and attach audited accounts and financial statements as supporting evidence that they meet the financial requirements. See Question 1.69.1 of the SPD.

Current ratio will be calculated as follows: total current assets divided by total current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing as this may lead to exclusion by Scottish Government.

In the event that the bidder 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.


Minimum level(s) of standards required:

It is a requirement of this framework 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 in the sum of not less than 1 000 000 GBP for any one incident and unlimited in total. See Question 1.69.5 of SPD.

-professional indemnity insurance in the sum of not less tan 1 000 000 GBP for any one incident and unlimited in total. See Question 1.69.5 of the SPD, and

-employer's liability insurance 1 000 000 GBP or in accordance with any legal obligation for the time being in force. See Question 1.69.5 of the SPD

Bidders must provide a separate SPD response from entities upon whose capability/capacity they rely on in order to meet any selection criteria including economic and financial standing.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selected criteria as stated in the Invitation to Tender documents.


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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:

2019/S 206-502148

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

Date: 04/03/2025

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: 9 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 04/03/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Within 4 years

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The estimated total value of 1,500,000 GBP advised at II.1.5 is a genuine estimate, which may be exceeded for services within scope, up to a value of VAT 2,250,000 GBP.

The Framework agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, bodies regulated as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loan Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of Section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more thank half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisation.

Information about agencies of the Scottish Ministers, Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at:

http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies

Overview of the government structure of public procurement for Scotland, including the Public Procurement Group.

http://www.gov.scot/publications/public-procurement-governance/

Award criteria questions can be found in the ITT together with the weightings.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14063. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this requirement. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

The Contractor will be required, where practical, to:

-Consider relevant opportunities for community benefits;

-Consider opportunities for the involvement of SMEs and /or third sector organisations in delivery of this Framework;

-Provide assurance regarding Workforce matters.

This may include schemes such as:

-Providing training opportunities and support to achieve qualifications;

-Supporting local communities e.g. sponsorship of local clubs etc;

-Using social enterprises to support delivery of services.

(SC Ref:617438)

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28327. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:781239)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court & Justice of Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

UK

Telephone: +44 1312252525

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/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

21/01/2025

Coding

Commodity categories

ID Title Parent category
72416000 Application service providers Provider services
72310000 Data-processing services Data services
79310000 Market research services Market and economic research; polling and statistics
92400000 News-agency services Recreational, cultural and sporting services
79416000 Public relations services Business and management consultancy services
92200000 Radio and television services Recreational, cultural and sporting services
79330000 Statistical services Market and economic research; polling and statistics
72414000 Web search engine providers Provider services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
david.bilton@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.