Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Provision of high throughput digitisation systems and support and maintenance

  • Cyhoeddwyd gyntaf: 22 Rhagfyr 2017
  • Wedi'i addasu ddiwethaf: 22 Rhagfyr 2017

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
National Library of Scotland
ID Awudurdod:
AA21241
Dyddiad cyhoeddi:
22 Rhagfyr 2017
Dyddiad Cau:
31 Ionawr 2018
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Library holds a great range of paper-based materials that are to be converted into digital image files. The materials vary in height, width, thickness, physical condition, and print quality, and their content ranges from printed and manuscript text, to line-drawings, colour illustrations, photographs, and half-tone prints. Materials include rare books and historic manuscripts, and can therefore contain items that are tightly bound or have text running close to the gutter.

The library requires digitisation systems which will be in continuous use for at least 16 hours per day, and as such, must be robust and easily maintainable. To meet the library’s targets, the “digitisation systems” must be able to support high and efficient throughputs, regarding both operation and processing workflow. They must be able to operate in a non-destructive way, produce and process as a minimum 800 images per hour, work continuously for 16 hours per day and provide a dark capture environment to help avoid reflection of the images.

To ensure that there is no damage to the materials’ bindings and spines, the library requires digitisation systems that must include a v-shaped cradle that is adjustable. It is the Library’s preference that the cradle’s opening angle should be adjustable by the Library Operator, including to an angle of 110 degrees. However, if the cradle’s opening angle is fixed then it must not be greater than 120 degrees.

The digitisation system may be free standing or table mounted but Tenderers are required to make it clear in their response to the technical requirements whether it is free standing or will require a surface to be placed on, as well as the overall size, height, width, length and weight of the proposed digitisation systems.

In addition to the v-shaped cradle the required digitisation systems must include a page holding solution / imaging solution / capture software / lighting solution / dark capture environment.

The digitisation systems will be operated by Library Operators who will require training on the systems following delivery of the goods with the possibility of additional training during the term of the framework.

In addition the library requires a guarantee that the proposed make and model of the digitisation systems (or compatible newer models) will be available over the maximum period of the anticipated 4 year framework. The library expects that the hardware solutions offered have a minimum life span of 3 years, with a preference that robust and maintainable systems would last significantly longer, covered by a support and maintenance arrangement for the digitisation systems purchased that may run beyond the 4 year framework term.

The contract will not be divided into lots as it is for the delivery of an all-encompassing digitisation system with associated support and maintenance.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Awdurdod contractio

I.1) Enw a chyfeiriad

National Library of Scotland

2017.18.016

George IV Bridge

Edinburgh

EH1 1EW

UK

Person cyswllt: Ines Byrne

Ffôn: +44 1316233700

E-bost: i.byrne@nls.uk

Ffacs: +44 1316233701

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.nls.uk

Cyfeiriad proffil y prynwr: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11622

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Provision of high throughput digitisation systems and support and maintenance

Cyfeirnod: 2017.18.016

II.1.2) Prif god CPV

30121430

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

The library requires a call-off framework contract for the supply, delivery, installation and on-going support and maintenance for high throughput digitisation systems for the conversion of library and archival material to digital. The library has a requirement to digitise approximately 2 000 000 library and archival items over the next 8 years. To achieve this target the current digitisation capacity of the library needs to be increased, which requires the purchasing of a digitisation system solution that meets the library’s technical and functional requirements as detailed fully in the specification (Project Brief and Requirements Specification) available for down load. The library defines “Digitisation systems” as the hardware and software that forms the solution to fully deliver on this requirement. The “digitisation systems” will be located in a digitisation suite in the Library’s Causewayside premises in Edinburgh.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 600 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

48329000

51411000

38651600

30000000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

National Library of Scotland, 159 Causewayside, Edinburgh EH1 1PH.

II.2.4) Disgrifiad o’r caffaeliad

The Library holds a great range of paper-based materials that are to be converted into digital image files. The materials vary in height, width, thickness, physical condition, and print quality, and their content ranges from printed and manuscript text, to line-drawings, colour illustrations, photographs, and half-tone prints. Materials include rare books and historic manuscripts, and can therefore contain items that are tightly bound or have text running close to the gutter.

The library requires digitisation systems which will be in continuous use for at least 16 hours per day, and as such, must be robust and easily maintainable. To meet the library’s targets, the “digitisation systems” must be able to support high and efficient throughputs, regarding both operation and processing workflow. They must be able to operate in a non-destructive way, produce and process as a minimum 800 images per hour, work continuously for 16 hours per day and provide a dark capture environment to help avoid reflection of the images.

To ensure that there is no damage to the materials’ bindings and spines, the library requires digitisation systems that must include a v-shaped cradle that is adjustable. It is the Library’s preference that the cradle’s opening angle should be adjustable by the Library Operator, including to an angle of 110 degrees. However, if the cradle’s opening angle is fixed then it must not be greater than 120 degrees.

The digitisation system may be free standing or table mounted but Tenderers are required to make it clear in their response to the technical requirements whether it is free standing or will require a surface to be placed on, as well as the overall size, height, width, length and weight of the proposed digitisation systems.

In addition to the v-shaped cradle the required digitisation systems must include a page holding solution / imaging solution / capture software / lighting solution / dark capture environment.

The digitisation systems will be operated by Library Operators who will require training on the systems following delivery of the goods with the possibility of additional training during the term of the framework.

In addition the library requires a guarantee that the proposed make and model of the digitisation systems (or compatible newer models) will be available over the maximum period of the anticipated 4 year framework. The library expects that the hardware solutions offered have a minimum life span of 3 years, with a preference that robust and maintainable systems would last significantly longer, covered by a support and maintenance arrangement for the digitisation systems purchased that may run beyond the 4 year framework term.

The contract will not be divided into lots as it is for the delivery of an all-encompassing digitisation system with associated support and maintenance.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality criterion / Pwysoliad: 75

Price / Pwysoliad:  25

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 600 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

May take up option for 1 x 12 month extension.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulations 58 of Public Contract (Scotland) Regulations 2015.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

11.1.1 of the notice is not applicable to this procurement exercise.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Please refer to these statements when completing Section 4B of the ESPD (Scotland).

4B.1.1 — Not used

Statement for 4B.1.2.

Bidders are required to provide its average yearly turnover for past 3 years.

Available relevant documentation electronic or otherwise must be in English.

This is a pass / fail question. Bidders who cannot provide the required examples will be marked as a fail, removed from the procurement exercise and tender submission will not be evaluated.

4B.2 — Not used

4B.3 — Not used

4B.4 — Not used


Lefel(au) gofynnol y safonau sydd eu hangen:

Statement for 4B.5.1-3.

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 and levels of insurance indicated below.

— Employers (compulsory) Liability Insurance = GBP 5 000 000.

— Public Liability Insurance = GBP 2 000 000.

— Product Liability Insurance = GBP 2 000 000.

4B.6 — Not used

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Please refer to these statements when completing Section 4C of the ESPD (Scotland).

4C.1  Not Used

Statement for 4C.1.2.

Bidders will be required to provide a minimum of 2 examples that demonstrate that they have the relevant experience to deliver the supplies and associated services as described in Parts II.1.4 and II.2.4 of the OJEU Contract Notice.

This is a pass / fail question. Bidders who cannot provide the required examples will be marked as a fail, removed from the procurement exercise and tender submission will not be evaluated.

4C.2 to 4C.12 — Not used


Lefel(au) gofynnol y safonau sydd eu hangen:

4D Quality Assurance Schemes, Health & Safety and Environmental Management Standards

Please refer to these statements when completing Section 4D of the ESPD (Scotland).

4D.1 — Quality Management Procedures

1. The bidder has a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)

or

2. The bidder must have the following:

a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

Statement for 4D.1 Health & Safety Procedures.

1. The bidder has a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

or

2. The bidder must have the following

a. The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.

Note: Organisations with fewer than 5 employees are not required by law to have a documented policy statement.

Statement for 4D.2 Environmental Management Systems.

1 The Bidder have an UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

or

2. The bidder must have the following:

a. A regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent. This policy should include and describe the bidder’s environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control);

b. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.)

4D.1 – 4D2.2 are pass / fail questions. Bidders who cannot provide certificate(s) or other means of proof concerning quality assurance, health & safety, environmental management may be marked as a fail and removed from the procurement process.

III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2017/S 119-239123

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 31/01/2018

Amser lleol: 10:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 31/01/2018

Amser lleol: 10:00

Place:

Public Contracts Scotland portal will be used for the electronic receipt and opening of tenders.

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Question scoring methodology for Selection Criteria; Pass / Fail.

Suppliers are also required to complete a Mandatory Minimum Requirement Response Document; this is a self-declaration document for Supplier to confirm that their proposed digitisation systems can meet all the mandatory requirements.

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

Unless stated otherwise in the ITT the award scoring methodology will be as follows.

0 – Unacceptable: Nil or inadequate response. The 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 and or may be overly generic.

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 and or be generic in part.

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. The response may also have provided additional material, going beyond the Library’s requirements demonstrating added value to the Library.

Site Visits.

As part of its tender evaluation process, the library will require to see evidence of the proposed digitisation systems meeting the library’s requirements. This will be facilitated through site visits to see one example of the proposed systems in operation, producing digital images from sample materials which will be provided by the library. These images will be assessed and evaluated regarding the quality criteria as stated in Section 3.1 of this Project Brief and Requirements Specification document.

Guidance on the process for evaluating these site visits will be issued as a separate document.

The library is not bound to enter into a contract with the lowest priced or any supplier and the library shall be free to abandon the procurement pursuant to which this ITT is issued at any time.

Form of contract — The successful supplier will be required to enter into a formal goods and service contract in the form as detailed in the Terms and Conditions available for download with this ITT.

Tenders must be submitted in the format as detailed in Section 5 of the ITT.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=522301

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:522301).

Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=522301

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

National Library of Scotland

George IV Bridge

Edinburgh

EH1 1EW

UK

Ffôn: +44 1316233700

E-bost: l.hamilton@nls.uk

Ffacs: +44 1316233701

Cyfeiriad(au) rhyngrwyd

URL: http://www.nls.uk

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

The library will incorporate a minimum of 10 calendar days standstill period at the point at which information on the decision to award the contract is communicated to tenderers (the standstill notification). An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session after informing the Library of its intention.

VI.5) Dyddiad anfon yr hysbysiad hwn

20/12/2017

Codio

Categorïau nwyddau

ID Teitl Prif gategori
38651600 Camerâu digidol Camerâu
51411000 Gwasanaethau gosod cyfarpar delweddu Gwasanaethau gosod cyfarpar meddygol
30121430 Lluosogwyr digidol Cyfarpar llungopïo a thermogopïo
30000000 Peiriannau, cyfarpar a chyflenwadau swyddfa a busnes, heblaw dodrefn a phecynnau meddalwedd Gwasanaethau Cyfrifiadurol a Chysylltiedig
48329000 System delweddu ac archifo Pecyn meddalwedd lluniadu a delweddu

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
i.byrne@nls.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.