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

Design and Digital Production Contract for Scottish Parliament

  • Cyhoeddwyd gyntaf: 05 Chwefror 2020
  • Wedi'i addasu ddiwethaf: 05 Chwefror 2020

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:
Scottish Parliamentary Corporate Body
ID Awudurdod:
AA20563
Dyddiad cyhoeddi:
05 Chwefror 2020
Dyddiad Cau:
03 Mawrth 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Design services are required to deliver digital and printed products. The list below is indicative of the expanding and changing range of requirements. The organisation does not have the capacity or expertise to meet the varying and increasingly complex design solutions required.

Examples of digital design solutions required:

— innovative 2D and 3D animations and gifs,

— advanced infographics, charts, graphic packages,

— bespoke templates for various software programmes,

— annual reports for external audiences,

— apps and HTML-based digital resources,

— adherence to commercial and organisational branding principles, corporate and secondary identities, style guides.

Examples of print materials required:

— programmes, fold out leaflets, professional reports,

— posters, flyers, promotional cards, postcards,

— banners, signage (internal and external), hoarding covers, display panels,

— labels, stickers, badges,

— point -of- sale materials, displays, promotional material (e.g. stationery),

— ad-hoc requirements such as condolence books, numbered tags, triplicate books, inserts.

The parliament requires a contractor who can provide the expertise to advise on different production solutions and meet this need via their network of suppliers.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scottish Parliamentary Corporate Body

The Scottish Parliament, Procurement Services

Edinburgh

EH99 1SP

UK

Person cyswllt: Siân Morris

Ffôn: +44 1313486619

E-bost: procurement@parliament.scot

NUTS: UKM75

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.parliament.scot

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284

I.3) Cyfathrebu

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

www.publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Arall: Devolved parliament

I.5) Prif weithgaredd

Arall: Devolved parliament

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Design and Digital Production Contract for Scottish Parliament

Cyfeirnod: NIC-G&S-109

II.1.2) Prif god CPV

79415200

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Design services are required to deliver digital design and printed materials for the Scottish Parliament.

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

79811000

22000000

79415200

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Scottish Parliament.

II.2.4) Disgrifiad o’r caffaeliad

Design services are required to deliver digital and printed products. The list below is indicative of the expanding and changing range of requirements. The organisation does not have the capacity or expertise to meet the varying and increasingly complex design solutions required.

Examples of digital design solutions required:

— innovative 2D and 3D animations and gifs,

— advanced infographics, charts, graphic packages,

— bespoke templates for various software programmes,

— annual reports for external audiences,

— apps and HTML-based digital resources,

— adherence to commercial and organisational branding principles, corporate and secondary identities, style guides.

Examples of print materials required:

— programmes, fold out leaflets, professional reports,

— posters, flyers, promotional cards, postcards,

— banners, signage (internal and external), hoarding covers, display panels,

— labels, stickers, badges,

— point -of- sale materials, displays, promotional material (e.g. stationery),

— ad-hoc requirements such as condolence books, numbered tags, triplicate books, inserts.

The parliament requires a contractor who can provide the expertise to advise on different production solutions and meet this need via their network of suppliers.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Presentation / Pwysoliad: 40 %

Maes prawf ansawdd: Quality / Pwysoliad: 20 %

Price / Pwysoliad:  40 %

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:

Up to 24 months from award of contract.

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

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

The ESPD (Scotland) Part II, information about bidders should be completed in full.

The ESPD (Scotland) Part IV, Section B – Economic and financial standing will be scored on a pass/fail basis.

Questions in Section A and Section D are not used.

Questions in Section C will be scored as follows:

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.

3 = Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on 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.

1 = Poor. Response is partially relevant and poor. The responses addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

0 = Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

Question 4C.1 Technical and professional ability (45 %).

1) Provide 2 examples that demonstrate experience of designing accessible information materials e.g. general public information. One example should be of a printed product and the other example should be a digital product. Weighting 25 %;

2) Provide an example that demonstrates experience of designing innovative material for a targeted younger or family audience e.g. interactive games, timelines or puzzles. A maximum 500 words in total can be used to explain why the example has been supplied and why it constitutes an innovative product suitable for the target audience. Weighting 13 %;

3) Provide an example that demonstrates experience of designing/creating content which adds value to existing resources, e.g. infographics, illustrations or charts. Weighting 7 %. Question 4C.2 Technicians and technical bodies (10 %);

4) Provide a statement of the relevant professional and technical skills and resources available within the organisation or, where applicable, consortium members and/or named subcontractors in relation to this procurement exercise. The buyer will use the information to evaluate whether this is relevant professional and technical skills required for this procurement exercise. Weighting 10 %. Question 4C.3 Environmental management (10 %);

5) Describe the organisation’s approach to environmental management and provide detail how they ensure their own suppliers meet the environmental commitments that are appropriate to the work for which they are being engaged. Weighting 10 %. Question 4C.4 Quality management – (35 %);

6) Describe the process that you follow when work is commissioned by a client. Weighting 15 %;

7) Describe the organisation's arrangements for ensuring that quality management measures are applied to the work for which they are being engaged. If the organisation has a documented policy, it should be attached. The policy should be authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. Weighting 9 %;

8) Describe the organisation's arrangements for ensuring that their own suppliers apply quality management measures that are appropriate to the work for which they are being engaged. Weighting 8 %;

9) Describe their arrangements to ensure business continuity and to enable disaster recovery, including their scope, validation, risk treatment and leadership in these areas. They should set out how the organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. Weighting 3 %.

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 regulation 58 of the Public Contracts (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:

Criteria from ESPD (Scotland) Part IV, Section A are not required.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Question 4B.6 only applies to this selection criteria.

The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of bidders. Bidders are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/

If a bidder does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed.

If a bidder is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out.


Lefel(au) gofynnol y safonau sydd eu hangen:

Bidders should have a Creditsafe credit rating of 30 or higher to demonstrate satisfactory financial standing. If a bidder has a lower credit rating score and has the backing of a parent company with a credit rating of 30 or higher, then the provision of a parent company guarantee prior to the award of any contract will be acceptable. If a bidder has a lower credit rating score and no evidence to support a stable or improved financial standing then the bidder may be rejected.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Section 4C.1

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU notice.

Section 4C.2

Bidders will be required to confirm details of the technicians or technical bodies who they can call upon.

Section 4C.3, 4C.4, 4C.5 and 4C.6 are not used;

Section 4C.7

Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:

— a description of the organisation’s approach to environmental management,

— detail on how the organisation’s own suppliers meet their environmental commitments which are appropriate to the work for which they are being engaged.

Sections 4C.8, 4C.9, 4C.10, 4C.11, 4c.12 are not used;

Sections 4D.1 and 4D.2 are not used.


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

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

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:

2019/S 208-506718

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

Dyddiad: 03/03/2020

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 20/03/2020

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

EN

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

Either in 3 years or a maximum of 5 years.

VI.3) Gwybodaeth ychwanegol

The buyer is using PCS-Tender to conduct this PQQ exercise. The project code is 15627. 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:

Community benefits will be agreed between the Scottish Parliament and the winning supplier.

(SC Ref:612192)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Edinburgh Sheriff Court

Edinburgh

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

31/01/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
22000000 Deunydd print a chynhyrchion cysylltiedig Argraffu a Chyhoeddi
79811000 Gwasanaethau argraffu digidol Gwasanaethau argraffu
79415200 Gwasanaethau ymgynghori ar ddylunio Gwasanaethau ymgynghori ar reoli cynhyrchiant

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:
procurement@parliament.scot
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.