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

Semi Permanent Exhibition — Design, Build and Digital Interpretation Services and Ongoing Support

  • Cyhoeddwyd gyntaf: 23 Gorffennaf 2019
  • Wedi'i addasu ddiwethaf: 23 Gorffennaf 2019

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:
23 Gorffennaf 2019
Dyddiad Cau:
03 Medi 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Library requires exhibition design, build, digital interpretation plus ongoing support services contract. The technical solution proposed for the design, build and digital interpretation must be robust and built to last for a minimum of 5 years.

Exhibition design and build services.

Design and build of a semi-permanent exhibition in the newly converted treasures gallery within the operational parameters of the newly fitted out space and in collaboration with the Library project team.

Aims:

The primary focus of the treasures gallery is:

To provide a showcase experience where visitors can view a selection of ‘must see’ items from the Library’s collections which collectively communicate the span of the collections (the earliest item dates from the 9th century, with new material added daily) and the significance of the collections to an understanding of Scotland’s history and culture

Within this the space should deliver:

1) A build of quality and elegance (within the budget parameters) on a par with the Library’s national status;

2) An environment which allows for an integrated and seamless display of a wide variety of items of different sizes and formats: historic, modern, intimate, large scale, cased, framed, manuscript, print, audio visual and born-digital items;

3) An atmosphere which aims to actively engage the visitor, through language and interpretation which is welcoming and inclusive;

4) A feeling of shared ownership and continuity of collecting which reflects the Library’s status as a ‘memory institution’;

5) A range of digital presentations to showcase moving image, sound and digital items held within the Library’s collections, and which encourage visitor engagement.

Digital interpretation:

To provide digital interpretation services i.e. interactives and audio visual displays including the physical infrastructure, hardware, software and content. Digital interpretation will be integrated throughout the new treasures gallery. Digital elements will provide multiple pathways for audiences to engage with the collections – both those which are on display in the gallery and those which are not. When designing the digital interpretation it must be done in a way that allows easy access to the hardware provided for repairs.

Project management services:

The appointed designer will project manage the delivery of all the services in the design, build and digital interpretation of the treasures gallery redisplay. They will work collaboratively with the Library project team and in liaison with the internally appointed named Library project manager. They will be expected to attend monthly project management meetings with the Library project team as appropriate (approximately 7) and meet with the Library project manager out with the monthly project management meetings as required. The delivery of the project will be managed in accordance with key dates; any significant changes to the programme will be in agreement with Library project manager. The appointed Designer will hold responsibility for managing the contracts of all their directly appointed sub-contractors and ensuring the project is adequately resourced at all stages of delivery.

On-going support services:

The ongoing support and refresh contract will run for a minimum of 2 years with an option to extend for a further 3 x 12 month period. The support contract will commence the day following the actual snagging sign off date. The Library requires a reactive support service for the hardware and software provided for the digital interpretation. In addition small scale refreshes of the treasures gallery will be required with the rotation of collections material on display as appropriate and/or on an annual basis.

The contract will not be divided into lots as it would make the execution of the contract overly complicated.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

National Library of Scotland

SC011086

George IV Bridge

Edinburgh

EH1 1EW

UK

Person cyswllt: Emma Smith

Ffôn: +44 1316233742

E-bost: e.smith2@nls.uk

Ffacs: +44 1316233701

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

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

Cyfeiriad proffil y prynwr: https://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

Hamdden, diwylliant a chrefydd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Semi Permanent Exhibition — Design, Build and Digital Interpretation Services and Ongoing Support

Cyfeirnod: 2018.19.060

II.1.2) Prif god CPV

92521100

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The National Library of Scotland requires a contractor to provide exhibition design, build, and digital interpretation plus ongoing support contract for up to 5 years,in the newly converted Treasures Gallery in the George IV Bridge Building in Edinburgh. The design, build and digital interpretation services are for a semi–permanent exhibition, with a minimum life span of 5 years, in order to showcase iconic items from the Library’s collections.

This will be a fully project managed service, subcontracted as required and will comprise of the following:

— exhibition design and build services,

— digital interpretation services,

— graphic artwork,

— software and interactives and hardware,

— project management services,

— lighting design in collaboration with the Library’s directly appointed lighting contractor,

—ongoing support of the physical and digital content (term contract).

Consideration for regular/annual small scale refresh - with the rotation of collection material on display as appropriate.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 240 000.00 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

79950000

79952000

79952100

92000000

79415200

32321200

32321300

32322000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

National Library of Scotland

George IV Bridge

Edinburgh.

II.2.4) Disgrifiad o’r caffaeliad

The Library requires exhibition design, build, digital interpretation plus ongoing support services contract. The technical solution proposed for the design, build and digital interpretation must be robust and built to last for a minimum of 5 years.

Exhibition design and build services.

Design and build of a semi-permanent exhibition in the newly converted treasures gallery within the operational parameters of the newly fitted out space and in collaboration with the Library project team.

Aims:

The primary focus of the treasures gallery is:

To provide a showcase experience where visitors can view a selection of ‘must see’ items from the Library’s collections which collectively communicate the span of the collections (the earliest item dates from the 9th century, with new material added daily) and the significance of the collections to an understanding of Scotland’s history and culture

Within this the space should deliver:

1) A build of quality and elegance (within the budget parameters) on a par with the Library’s national status;

2) An environment which allows for an integrated and seamless display of a wide variety of items of different sizes and formats: historic, modern, intimate, large scale, cased, framed, manuscript, print, audio visual and born-digital items;

3) An atmosphere which aims to actively engage the visitor, through language and interpretation which is welcoming and inclusive;

4) A feeling of shared ownership and continuity of collecting which reflects the Library’s status as a ‘memory institution’;

5) A range of digital presentations to showcase moving image, sound and digital items held within the Library’s collections, and which encourage visitor engagement.

Digital interpretation:

To provide digital interpretation services i.e. interactives and audio visual displays including the physical infrastructure, hardware, software and content. Digital interpretation will be integrated throughout the new treasures gallery. Digital elements will provide multiple pathways for audiences to engage with the collections – both those which are on display in the gallery and those which are not. When designing the digital interpretation it must be done in a way that allows easy access to the hardware provided for repairs.

Project management services:

The appointed designer will project manage the delivery of all the services in the design, build and digital interpretation of the treasures gallery redisplay. They will work collaboratively with the Library project team and in liaison with the internally appointed named Library project manager. They will be expected to attend monthly project management meetings with the Library project team as appropriate (approximately 7) and meet with the Library project manager out with the monthly project management meetings as required. The delivery of the project will be managed in accordance with key dates; any significant changes to the programme will be in agreement with Library project manager. The appointed Designer will hold responsibility for managing the contracts of all their directly appointed sub-contractors and ensuring the project is adequately resourced at all stages of delivery.

On-going support services:

The ongoing support and refresh contract will run for a minimum of 2 years with an option to extend for a further 3 x 12 month period. The support contract will commence the day following the actual snagging sign off date. The Library requires a reactive support service for the hardware and software provided for the digital interpretation. In addition small scale refreshes of the treasures gallery will be required with the rotation of collections material on display as appropriate and/or on an annual basis.

The contract will not be divided into lots as it would make the execution of the contract overly complicated.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Tender schedules / Pwysoliad: 80

Price / Pwysoliad:  20

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

Hyd mewn misoedd: 32

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Yes — may take up option for additional 3 x 12 month extension for on-going support services.

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:

111.1.1 of the notice is not applicable to this procurement.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4B.1b

Provide average turnover for years i.e. 2016, 2017 and 2018

Failure to provide this information may result in the tenderer being excluded from the tender process and the bidders submission evaluated no further.


Lefel(au) gofynnol y safonau sydd eu hangen:

4B.5a- 4B.5c

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:

4B.5a professional indemnity insurance = 2 000 000 GBP;

4B.5b employers (compulsory) liability insurance = 5 000 000 GBP;

4B.5c public liability insurance = 2 000 000 GBP;

4B.5c product liability insurance = 2 000 000 GBP.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4C1.2

Bidders will be required to provide 3 (three) examples that demonstrate they have the relevant experience to deliver the full scope of services as described in part 11.1.4 and 11.2.4 of the OJEU Contract Notice.

Failure to provide three examples demonstrating the relevant experience of delivering the full scope of services may result in disqualification from the procurement process and the bidder's submission not evaluated further.


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

III.2.2) Amodau perfformiad contractau

In order to ensure the highest standard of service quality in this contract the Library requires the supplier to take a positive approach to fair work practices as part of a fair and equitable employment and reward package that includes the payment of the living wage to any staff working on Library premises.

The contract will be subject to a performance managements conditions with KPIs for both the design, build and digital interpretation and on-going support services of the Contract.

Performance management conditions are documented in the requirements specification.

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: 03/09/2019

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: 03/09/2019

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

Award criteria questions can be found in the schedules to tender - quality (technical) response along with weightings issued with the ITT. Unless stated otherwise in the ITT and associated schedules to tender the award scoring methodology will be as follows.

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 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 may 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 in full.

Bidders conference — a bidders’ conference/site viewing/meet the buyer event will be held on 30.7.2019:

National Library of Scotland, George IV Bridge

Edinburgh

EH1 1EW

This will consist of a short presentation by Library staff and the opportunity for you to ask questions on anything arising from your reading of the ITT documents.

You should note that places are limited to a maximum of 2 representative(s) and that the Library is unable to pay any travel costs or expenses.

The bidders’ conference will commence at 10.00 on 30.7.2019 and will conclude no later than 12.30. The name(s) of your representative(s) attending the bidders’ conference should be emailed to e.smith2@nls.uk by 26.7.2019.

The Library is not bound to accept the lowest priced or any offer

Form of contract — the successful supplier will be required to enter into a formal service contract in the form as detailed in SG Model Form of contract for services available for download with the ITT.

Tenders must be submitted in the format as detailed in Annex B, Appendix 3 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 https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=589059.

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.

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:

Bidder are required to submit community benefits proposals as part of their submission that is proportionate and relevant to the scope of the requirement.

More information can be found in question 5.2 in the schedule to tender quality schedule — technical response.

(SC Ref:589059)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=589059

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

National Library of Scotland

George IV Bridge

Edinburgh

EH1 1EW

UK

Ffôn: +44 1316233708

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 of which information on the decision to award the contract is communicated to tenderers (the standstill notification). An economic operator that suffers, or risk 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

18/07/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
32321300 Awdiomedrau Cyfarpar taflunio teledu
32322000 Cyfarpar amlgyfrwng Cyfarpar teledu a chlyweledol
32321200 Deunyddiau clyweledol Cyfarpar taflunio teledu
92000000 Gwasanaethau ardal hamdden Gwasanaethau eraill
92521100 Gwasanaethau arddangosfeydd amgueddfa Gwasanaethau amgueddfa
79952000 Gwasanaethau digwyddiadau Gwasanaethau trefnu arddangosfeydd, ffeiriau a chynadleddau
79950000 Gwasanaethau trefnu arddangosfeydd, ffeiriau a chynadleddau Amrywiol wasanaethau busnes a gwasanaethau sy’n gysylltiedig â busnes
79952100 Gwasanaethau trefnu digwyddiadau diwylliannol Gwasanaethau digwyddiadau
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:
e.smith2@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.