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

Destination Marketing Services

  • Cyhoeddwyd gyntaf: 29 Mehefin 2023
  • Wedi'i addasu ddiwethaf: 29 Mehefin 2023

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:
ocds-h6vhtk-03dcfc
Cyhoeddwyd gan:
Glasgow Life
ID Awudurdod:
AA83425
Dyddiad cyhoeddi:
29 Mehefin 2023
Dyddiad Cau:
31 Gorffennaf 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Provision of Videography Services as part of the Glasgow Tourism and Visitor Plan

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Glasgow Life

38 Albion Street

Glasgow

G1 1LH

UK

Person cyswllt: Joyce Caldwell

Ffôn: +44 2875889

E-bost: joyce.caldwell@glasgowlife.org.uk

NUTS: UKM82

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.glasgowlife.org.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287

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.publictendersscotland.publiccontractscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

www.publictendersscotland.publiccontractscotland.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.publictendersscotland.publiccontractscotland.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

Destination Marketing Services

Cyfeirnod: CSG005570

II.1.2) Prif god CPV

79342000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Provision of Destination Marketing Services as part of the Glasgow Tourism and Visitor Plan

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 649 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 3 lotiau

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Campaign and Creative Services

II.2.2) Cod(au) CPV ychwanegol

79342000

II.2.3) Man cyflawni

Cod NUTS:

UKM82


Prif safle neu fan cyflawni:

Glasgow

II.2.4) Disgrifiad o’r caffaeliad

The provision of Campaign and Creative Services as part of the Glasgow Tourism and Visitor Plan

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 Company will have the option to extend the contract for a period of up to 24-months at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company’s Terms and Conditions.

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 Regulation 58 of the Public Contracts (Scotland) Regulations 2015

Rhif y Lot 2

II.2.1) Teitl

Videography Services

II.2.2) Cod(au) CPV ychwanegol

79342000

II.2.3) Man cyflawni

Cod NUTS:

UKM82


Prif safle neu fan cyflawni:

Glasgow

II.2.4) Disgrifiad o’r caffaeliad

The Provision of Videography Services as part of the Glasgow Tourism and Visitor Plan

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 Company will have the option to extend the contract for a period of up to 24-months at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company’s Terms and Conditions.

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 the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulation 2015

Rhif y Lot 3

II.2.1) Teitl

Photography Services

II.2.2) Cod(au) CPV ychwanegol

79342000

II.2.3) Man cyflawni

Cod NUTS:

UKM82


Prif safle neu fan cyflawni:

Glasgow

II.2.4) Disgrifiad o’r caffaeliad

The Provision of Photography Services as part of the Glasgow Tourism and Visitor Plan

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 Company will have the option to extend the contract for a period of up to 24-months at 12-month intervals which will be exercised at the sole discretion of The Company serving notice on the Bidder in accordance with The Company’s Terms and Conditions.

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 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.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Bidders must comply with the undernoted financial requirements in order to participate in the tendering process: -

There is a minimum financial requirement that affects trading performance and balance sheet strength.

Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House.

It should be noted that the undernoted financial requirement only applies to lot 1 and lot 2.

There is no minimum financial requirements set for lot 3.

Trading Performance

An overall positive outcome on EBITDA earnings over a 3-year period.

Exceptional items can be excluded from the calculation.

The above would be expressed in the ratio EBITDA/turnover.

Balance Sheet Strength

Net worth of the applicant must be positive at the time of the evaluation and applicant must not be subject to an insolvency process.

Intangibles can be included for purposes of the Total Assets Figure.

The above would be expressed in the ratio Total Assets Liabilities.

If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the applicant being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with.

An applicant should have no outstanding issues with regard to statutory filing requirements with Companies House.

Applicants who have been trading for less than 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period for which they have been trading.

Applicants who do not comply with the above financial requirements but are part of a Group can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.

If the pandemic has had an adverse effect on the latest set of accounts filed in Companies House, Glasgow Life will take that into account in determining financial suitability for the contract.

The above, however, should not impinge on the financial viability of the applicant, as defined by the ratios set out in the above financial requirements.

Glasgow Life reserves the right, at its own discretion to seek such other information from the applicant in accordance with Regulations 61(7) or Regulations 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the applicant’s economic and financial standing.


Lefel(au) gofynnol y safonau sydd eu hangen:

Lot 1 Campaign and Creative Services

Employer’s (Compulsory) Liability Insurance = GBP 10mIllion

Public Liability Insurance = GBP 5million

Product Liability Insurance = GBP 5million

Professional Indemnity Insurance = GBP 1million

Lot 2 Videography Services

Employer’s (Compulsory) Liability Insurance = GBP 5million

Public Liability Insurance = GBP 5million

Product Liability Insurance = GBP 1million

Lot 3 Photography Services

Employer’s (Compulsory) Liability Insurance = GBP 5million

Public Liability Insurance = GBP 1million

Product Liability Insurance = GBP 1million

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Bidders are required to provide evidence of three previous examples for each lot you are bidding for of similar scale contracts carried out by your organisation within the last five years, which demonstrates you have the relevant experience required to undertake this contract as detailed in the Qualification Envelope Question 4C.1.2


Lefel(au) gofynnol y safonau sydd eu hangen:

A minimum pass mark of 60 out 100 is required overall for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage

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: 31/07/2023

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

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 31/07/2023

Amser lleol: 12:00

Place:

Glasgow

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

2027

VI.3) Gwybodaeth ychwanegol

Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in SPD 4D attached at https://www.glasgow.gov.uk/index.aspx?articleid=19621

Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish Glasgow Life to consider withholding is specifically indicated on the FOI Certificate contained in the buyers attachments area within the PCS Tender portal (NB Glasgow Life does not bind itself to withhold this information).

Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to this offer. Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area within PCS Tender portal.

Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to Glasgow Life’s satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt.

The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal.

Bidders will be required to complete the Non-Collusion certificate contained in the buyers attachments area within the PCS Tender portal

Terms and Conditions are located within Section 3 of the ITT document.

https://www.sdpscotland.co.uk/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24220. 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: 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 Company is committed to maximising Community Benefits from procurement activity. This will be achieved through the inclusion of specific clauses within procurement contracts known as Community Benefits clauses. Community Benefit clauses are requirements which deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of economic, social or environmental conditions into the delivery of contracts.

Please provide a detailed statement which must include:

a) details of the Community Benefits you will provide as part of this contract;

b) what resource (staff responsible) will you use to ensure successful delivery

c) detailed commitment to the approach, including how you will monitor to track successful delivery of each of the Community Benefits you wish to deliver; and

d) how you will update The Company on progress

(SC Ref:732786)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Glasgow Sheriff Court and Justice of the Peace

1 Carlton Place

Glasgow

G1 9TW

UK

Ffôn: +44 1414298888

E-bost: glasgow@scotscourt.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

28/06/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79342000 Gwasanaethau marchnata Gwasanaethau hysbysebu a marchnata

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:
joyce.caldwell@glasgowlife.org.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.