Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
UK
Contact person: Sophie Stark
Telephone: +44 1412420133
E-mail: sophie.stark@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/esop/pts-host/public/pts/web/login.html
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/esop/pts-host/public/pts/web/login.html
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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
CyberScotland Partnership - marketing and communications management and coordination
Reference number: CASE/695492
II.1.2) Main CPV code
79342000
II.1.3) Type of contract
Services
II.1.4) Short description
The provision of communications and marketing services for the CyberScotland Partnership (CSP); a collaboration of key strategic stakeholders, brought together to maximise cyber resilience communications and messaging across Scotland in a coordinated and coherent way.
The contract is expected to cover a period of 1 year from August 2024 with the potential of a 1 year extension. The maximum contract value is 200,000 GBP per annum.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79342000
79342200
79000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Key deliverables:
- Creating and delivering an annual communications and marketing plan for the CyberScotland Partnership(CSP). This will include writing content for digital and press releases, producing quarterly campaign asset packs that will be disseminated across the Partnership to reach public, private and third sectors.
-Build, maintain and promote the CyberScotland brand and online presence through appropriate and effective marketing and communication activities and broadening social media reach into Scottish communities.
-Maintain and update the CyberScotland portal - the national website - with up to date and trusted cyber security information, advice and guidance for businesses, organisations and individuals in Scotland.
-Lead on the promotion of CyberScotland Week.
-Produce regular cyber security bulletins for different audiences and help to increase subscriptions.
-Organise and chair monthly meetings of the CSP Comms and Marketing Action Group to ensure coordinated and cohesive comms planning and delivery across Partners.
-Write and present quarterly reports for the CSP Steering Group on progress of targets and key deliverables.
-Produce end of year progress report for the CSP Steering Group on comms and marketing activities including recommendations for next steps.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
One optional period of 12 months.
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 no less than 1.2.
Current ratio will be calculated as follows:
Total Current assets divided by Total Current Liabilities
Minimum level(s) of standards required:
Public Liability Insurance 1,000,000 GBP
Employer’s Liability Insurance as required due to legal obligations.
Professional Indemnity Insurance 1,000,000 GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C.4 Supply Chain Management and Prompt Payment of subcontractors.
Minimum level(s) of standards required:
Tenderers must provide a statement of the relevant supply chain management and/or tracking systems as detailed within the Single Procurement Document, of the Invitation to Tender document.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please note there are minimum requirements concerning Cyber Security for this contract as set out in the Evaluation and Award Criteria - Cyber Essentials or Equivalent is required.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-005959
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/04/2024
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/04/2024
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
Technical Assessment - Full details of the technical criteria is detailed within Invitation to Tender.
Score Definition Description
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.
4C.7 Environmental management measures.
Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
Evidence that their organisation has taken steps to build their awareness of the climate change emergency and consideration of how they will respond. This should include details of planned projects and actions to reduce the bidder’s carbon emissions. Scoring Criteria is attached to 4C.7 in the SPD.
Tenderers must also confirm they will pay staff that are involved in the delivery of the contract at least the real Living Wage and they will meet standards on payment of subcontractors.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26404. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Scottish Ministers’ commitment to contributing to the social, economic & environmental well-being of the people of Scotland, as described in the specification.
Tenderers should not provide details of any existing initiatives they already undertake as part of their day-to-day business and the community benefits proposed must be generated specifically for and as a result of this contract.
Good answers will demonstrate to evaluators that the tenderer has a comprehensive understanding of the subject matter of this contract and how the proposed benefits will reflect the national outcomes described in the Specification.
Proposals can be innovative but must be tangible and measurable, so that they can be monitored and reported throughout the contract.
Specific to this contract the Service Provider will be expected to consider:
“amplifying cyber resilience messaging across communities in Scotland to build safer communities”.
(SC Ref:761660)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH11LB
UK
VI.5) Date of dispatch of this notice
21/03/2024