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

Audio Content Production and Device Solution

  • Cyhoeddwyd gyntaf: 13 Chwefror 2020
  • Wedi'i addasu ddiwethaf: 13 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:
National Galleries of Scotland
ID Awudurdod:
AA21832
Dyddiad cyhoeddi:
13 Chwefror 2020
Dyddiad Cau:
06 Ebrill 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The service provider will be required to manage the development and production of audio-guide content from planning through to the provision of files formatted for uploading to a cloud-based contract management system (CMS) synchronized with devices. This will include the research, content development, script writing, translation, recording and supply of files in an agreed format. The contract will cover a variety of foreign language translations.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

National Galleries of Scotland

73 Belford Road

Edinburgh

EH4 3DS

UK

Person cyswllt: Christopher Ganley

Ffôn: +44 1316246456

E-bost: cganley@nationalgalleries.org

NUTS: UKM75

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.nationalgalleries.org

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11042

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

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

www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

www.publiccontractsscotland.gov.uk


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

www.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Hamdden, diwylliant a chrefydd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Audio Content Production and Device Solution

Cyfeirnod: 586 919

II.1.2) Prif god CPV

92300000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

National Galleries Scotland (NGS) require a service provider(s) to plan, develop and produce high-quality audio-guide content as well as for the loan and maintenance of audio devices, equipment and accessories for a new audio guide offer.

This contract has been split into 2 lots with the possibility of award of the contract to 1 sole service provider or the award of 1 service provider per lot.

This procurement will be conducted through an open OJEU procedure.

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

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

Lot 1: Audio Content Production

Lot 2: Device Solutions (Equipment and Accessories)

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Audio Content Production

II.2.2) Cod(au) CPV ychwanegol

32353000

64216200

92000000

92300000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

The service provider will be required to manage the development and production of audio-guide content from planning through to the provision of files formatted for uploading to a cloud-based contract management system (CMS) synchronized with devices. This will include the research, content development, script writing, translation, recording and supply of files in an agreed format. The contract will cover a variety of foreign language translations.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

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

Hyd mewn misoedd: 24

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The Contract duration will be for an initial 2-year period, with the option of 2 additional 1-year extensions, not exceeding 2 years; resulting in a possible maximum contract duration of 4 years.

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

Rhif y Lot 2

II.2.1) Teitl

Device Solution (Equipment and Accessories)

II.2.2) Cod(au) CPV ychwanegol

32351300

50342000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

The service provider shall lease and maintain audio devices, equipment and accessories for visitors to receive audio content about the collection with ease and comfort. Beyond the device itself there may be headphones and lanyards to consider (the lanyards in particular may need to incorporate the identity of a sponsor). The device solution will come with a cloud-based content management system (CMS) for the administration and publishing of content to devices. Analytics and insights will be accessible via the CMS.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

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

Hyd mewn misoedd: 24

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract duration will be for an initial 2-year period, with the option of 2 additional 1-year extensions, not exceeding 2 years; resulting in a possible maximum contract duration of 4 years.

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

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:

Q4A1a ‘Enrolment in a Relevant Professional Register’, Q4A1b ‘Enrolment in a Trade Register’ Q4A2a ‘Authorisation of a Particular Organisation Needed’ and Q4A2b ‘Membership of a Particular Organisation Needed’ have been included in the ESPD. Bidders must confirm whether or not this is applicable to them.

If applicable, this question will be scored on a pass/fail basis. If the bidder is required to have enrolment in a professional and/or trade register and/or authorisation and/or membership of a particular organisation that the service provider has not attained, the response will be deemed a ‘Fail’.

III.1.2) Statws economaidd ac ariannol

Lefel(au) gofynnol y safonau sydd eu hangen:

Q4B2a — Lot 1: bidders should provide their yearly (specific) turnover in audio content production for the most recent 3 years (as per filed accounts).

Lot 1 Minimum required turnover per year = 250 000 GBP

This will be scored on a ‘Pass/Fail’ basis. If the bidder cannot achieve the minimum turnover requirement, the response will be deemed a ‘Fail’.

Q4B2a — Lot: 2 bidders should provide their yearly (specific) turnover in device solution (equipment and accessories) for the most recent 3 years (as per filed accounts).

Lot 2: Minimum requirement turnover per year = 500 000 GBP

This will be scored on a ‘Pass/Fail’ basis. If the bidder cannot achieve the minimum turnover requirement, the response will be deemed a ‘Fail’.

Q4B5a — ‘Professional Risk Indemnity’

Lot 1: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequent award contract, the types and levels of insurance indicated below:

Professional risk indemnity = 5 000 000 GBP.

This will be scored on a ‘Pass/Fail’ basis. If the bidder responds ‘No and I cannot commit to obtain it’ the response will be deemed a ‘Fail’.

Lot 2: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequent award contract, the types and levels of insurance indicated below:

Professional risk indemnity = 10 000 000 GBP.

This will be scored on a ‘Pass/Fail’ basis. If the bidder responds ‘No and I cannot commit to obtain it’ the response will be deemed a ‘Fail’.

Q4B5b – ‘Employer’s (compulsory) liability’.

Lot 1: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequent award contract, the types and levels of insurance indicated below:

Employer’s (compulsory) liability = 5 000 000 GBP.

This will be scored on a ‘Pass/Fail’ basis. If the bidder responds ‘No and I cannot commit to obtain it’ the response will be deemed a ‘Fail’.

Lot 2: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequent award contract, the types and levels of insurance indicated below:

Employer’s (compulsory) liability = 5 000 000 GBP.

This will be scored on a ‘Pass/Fail’ basis. If the bidder responds ‘No and I cannot commit to obtain it’ the response will be deemed a ‘Fail’.

Q4B5c – ‘Insurance – All other types listed’

Lot 1: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequent award contract, the types and levels of insurance indicated below:

Public liability = 5 000 000 GBP;

Product liability = 5 000 000 GBP.

This will be scored on a ‘Pass/Fail’ basis. If the bidder responds ‘No and I cannot commit to obtain it’ the response will be deemed a ‘Fail’.

Lot 2: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequent award contract, the types and levels of insurance indicated below:

Public liability = 10 000 000 GBP;

Product liability = 10 000 000 GBP.

This will be scored on a ‘Pass/Fail’ basis. If the bidder responds ‘No and I cannot commit to obtain it’ the response will be deemed a ‘Fail’.

III.1.3) Gallu technegol a phroffesiynol

Lefel(au) gofynnol y safonau sydd eu hangen:

Q4D.1 Quality assurance:

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). If no certification is available provide in detail how you ensure good quality management and health and safety management within your organisation. Your response should cover all aspects required by an external quality management system.

This will be scored on a ‘Pass/Fail’ basis.

Q4D.2 Environmental management:

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. If no certification is available provide in detail how you ensure good quality management and health and safety management within your organisation. Your response should cover all aspects required by an external environmental management system.

This will be scored on a ‘Pass/Fail’ basis.

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

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

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

Dyddiad: 06/04/2020

Amser lleol: 12:00

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: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 06/04/2020

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

2022-2024.

VI.3) Gwybodaeth ychwanegol

National Galleries Scotland reserves the right to cancel the procurement at any time and not award a contract. The expenditure, work or effort undertaken by tenderers prior to the award of a contract is accordingly a matter solely for the commercial judgement of tenderers.

Late tenders may not be considered by National Galleries Scotland.

Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=586919

The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at https://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:586919)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=586919

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

VI.5) Dyddiad anfon yr hysbysiad hwn

10/02/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
32351300 Ategolion cyfarpar sain Ategolion ar gyfer cyfarpar sain a fideo
92300000 Gwasanaethau adloniant Gwasanaethau ardal hamdden
92000000 Gwasanaethau ardal hamdden Gwasanaethau eraill
50342000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar sain Gwasanaethau atgyweirio a chynnal a chadw cyfarpar clyweledol ac optegol
64216200 Gwasanaethau gwybodaeth electronig Gwasanaethau negeseuon a gwybodaeth electronig
32353000 Recordiadau sain Cydrannau cyfarpar sain a fideo

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:
cganley@nationalgalleries.org
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.