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 Replacement Sound, Voting and Interpretation System

  • Cyhoeddwyd gyntaf: 11 Mawrth 2020
  • Wedi'i addasu ddiwethaf: 11 Mawrth 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:
11 Mawrth 2020
Dyddiad Cau:
07 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 SPCB requires a contractor to replace its current Sound and Voting (S&V) system and maintain the new system to ensure exemplary levels of availability. The new S&V system will provide at least 131 consoles in the debating chamber. Consoles must be aesthetically pleasing and fit in with building architecture and be adaptable and configurable to ensure that users with accessibility requirements are considered.

Consoles must allow Members of the Scottish Parliament (MSPs) to register a vote on matters being discussed. Consoles will allow MSPs to register a request to speak with requests managed at a central point on the chamber podium. A microphone and speaker will be provided at each desk. Desk microphones will be enabled/disabled individually from this central point with audio from microphones integrated into the chamber audio and PA system. MSPs must receive confirmation of their vote on the console and consoles must have screens to allow MSPs to see voting options.

MSPs must be able to positively log in/out of consoles and be positively identified on the S&V system through this method. Currently a corporate photographic ID card with an embedded chip is used to perform this function. These same proxy cards will be used on the new S&V system and perform the same function. Suppliers are expected to ensure that their system is compatible with these existing RFID cards and undertake any changes to their consoles necessary to ensure this.

The S&V system must accept data inputs from a variety of sources and allow flexibility in the administration of this data in real-time (e.g. ability to manipulate the order in which votes are taken and adding items on which a vote will be called). Sources of data will include services and systems running on the Scottish Parliament Corporate IT network (IT network) and via direct file transfer i.e. portable memory device. The S&V system should provide the ability to output data, on demand and in real-time, in a format(s) that can be integrated with current and future Scottish Parliament systems. Data must be transferable with the IT network using standard data interchange formats, including XML and JSON and mechanisms such as file import/export or API integration. Typical information that the S&V system must be able to accept includes data fields such as vote names and identifying attributes like numbers and letters. Data collected by the S&V system must be associated with inputted data assigned to users by the S&V system and, where appropriate, aggregated and exported in several formats. The contractor must provide any and all integration work required to ensure accurate and secure capture and transfer of data to and from the S&V system to the IT network.

The contractor must where required repurpose existing equipment and transition this along with new items into their solution as part of their installation. During installation of the new S&V system the existing system will remain in operation and only removed once the new system has been demonstrated as being fully operational and meeting agreed standards.

The contractor will provide all training for users and provide a planned and reactive maintenance service covering new and retained parts of the system. All maintenance work must be targeted to ensure that agreed availability targets for the whole system are achieved. This system is business critical, to minimise impact the contractor must be able to provide immediate fault resolution. During the contract minor upgrade and project works may be requested, this could include refresher training for users. The contractor will be expected to deliver any works to agreed timescales and costs. Installation, commissioning, testing and user training for new consoles must take place in a specific, limited time period. The contractor must be able to mobilise sufficient skilled resources to ensure successful delivery in this pe

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: Emma O'Sullivan

Ffôn: +44 1313486625

E-bost: emma.o'sullivan@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.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


I.4) Y math o awdurdod contractio

Arall: Devolved Parliament

I.5) Prif weithgaredd

Arall: Legislative Body

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Provision of Replacement Sound, Voting and Interpretation System

Cyfeirnod: NIC-G&S-80

II.1.2) Prif god CPV

51000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Scottish Parliament Corporate Body (SPCB) requires a specialist contractor to replace its current sound and voting (S&V) system. The associated microphones and speakers will provide broadcast quality audio and high-quality sound reinforcement in the debating chamber.

This business-critical system will allow Members of the Scottish Parliament (MSPs) to positively log-in and log-out of the consoles and register votes on matters being discussed.

The S&V system must be capable of importing and exporting and live flow of data. The system must ensure that exported data is indexed to imported data, aggregated where required and able to be exported to further business systems. This will require the contractor to undertake and support a level of integration between the new S&V system and existing services and systems that run on the Scottish Parliament Corporate IT network.

The contractor must also be able to provide full training for system users, planned and reactive maintenance on the entire system and possess the capability to undertake future upgrade/project works when requested.

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

32210000

45232331

32342410

32350000

32351000

32330000

51313000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Scottish Parliament, Holyrood, Edinburgh, EH99 1SP.

II.2.4) Disgrifiad o’r caffaeliad

The SPCB requires a contractor to replace its current Sound and Voting (S&V) system and maintain the new system to ensure exemplary levels of availability. The new S&V system will provide at least 131 consoles in the debating chamber. Consoles must be aesthetically pleasing and fit in with building architecture and be adaptable and configurable to ensure that users with accessibility requirements are considered.

Consoles must allow Members of the Scottish Parliament (MSPs) to register a vote on matters being discussed. Consoles will allow MSPs to register a request to speak with requests managed at a central point on the chamber podium. A microphone and speaker will be provided at each desk. Desk microphones will be enabled/disabled individually from this central point with audio from microphones integrated into the chamber audio and PA system. MSPs must receive confirmation of their vote on the console and consoles must have screens to allow MSPs to see voting options.

MSPs must be able to positively log in/out of consoles and be positively identified on the S&V system through this method. Currently a corporate photographic ID card with an embedded chip is used to perform this function. These same proxy cards will be used on the new S&V system and perform the same function. Suppliers are expected to ensure that their system is compatible with these existing RFID cards and undertake any changes to their consoles necessary to ensure this.

The S&V system must accept data inputs from a variety of sources and allow flexibility in the administration of this data in real-time (e.g. ability to manipulate the order in which votes are taken and adding items on which a vote will be called). Sources of data will include services and systems running on the Scottish Parliament Corporate IT network (IT network) and via direct file transfer i.e. portable memory device. The S&V system should provide the ability to output data, on demand and in real-time, in a format(s) that can be integrated with current and future Scottish Parliament systems. Data must be transferable with the IT network using standard data interchange formats, including XML and JSON and mechanisms such as file import/export or API integration. Typical information that the S&V system must be able to accept includes data fields such as vote names and identifying attributes like numbers and letters. Data collected by the S&V system must be associated with inputted data assigned to users by the S&V system and, where appropriate, aggregated and exported in several formats. The contractor must provide any and all integration work required to ensure accurate and secure capture and transfer of data to and from the S&V system to the IT network.

The contractor must where required repurpose existing equipment and transition this along with new items into their solution as part of their installation. During installation of the new S&V system the existing system will remain in operation and only removed once the new system has been demonstrated as being fully operational and meeting agreed standards.

The contractor will provide all training for users and provide a planned and reactive maintenance service covering new and retained parts of the system. All maintenance work must be targeted to ensure that agreed availability targets for the whole system are achieved. This system is business critical, to minimise impact the contractor must be able to provide immediate fault resolution. During the contract minor upgrade and project works may be requested, this could include refresher training for users. The contractor will be expected to deliver any works to agreed timescales and costs. Installation, commissioning, testing and user training for new consoles must take place in a specific, limited time period. The contractor must be able to mobilise sufficient skilled resources to ensure successful delivery in this period. It is anticipated installation will take place during July and August 2021.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

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

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract will have the option to extend for a period/periods of up to 60 months at the sole discretion of the SPCB.

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

Nifer yr ymgeiswyr a ragwelir: 5

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

It is envisaged that the top 5 scoring bidders will be invited to tender. If there is a tie for fifth place then the bidder who scored highest from the tied bidders in question 4C1.2(i) will be invited. If there is still a tie after question 4C1.2(i) has been considered then the bidder who scored highest from the tied bidders in question 4C1.2(iv) will be invited.

The ESPD Part 4, Section C:

4C.1 Technical and Professional Ability (60 %)

Bidders will be required to demonstrate experience of delivering all of the services detailed in part II.2.4) of the contract notice.

Please note that when demonstrating experience, a minimum of three examples be submitted. Each example should be wholly relevant to all, or part, of the services to be provided and collectively they should demonstrate experience in all parts of the services. In answering the question, a simple assertion will not be acceptable evidence; bidders should provide detailed evidence to demonstrate the breadth of their experience, capability, capacity, value of contract to be similar. Each example should be limited to a maximum of 2 A4 pages using Arial Font 12 point. Supplementary diagrams or images directly relating to the example may be provided up to a maximum of 2 A4 pages per example.

This includes but is not restricted to:

(i) supply and installation of sound and voting consoles in a legislative or similar environment;

(ii) supply and installation of sound reinforcement systems in a legislative or similar environment;

(iii) integration of data from a conferencing system into a customer’s IT system;

(iv) integration of audio into professional broadcasting systems;

(v) undertaking of planned and immediate reactive maintenance on a sound and voting system;

(vi) the provision of training for customers staff. This should cover the training of different staff groups using the system and how you ensured that staff were competent following the training.

Question 4C2 (10 %)

Bidders must demonstrate that their organisation and/or service provider has the breadth and depth of managerial staff and demonstrate the skills, experience and qualifications covering both management and technical competencies which will enable them to deliver all services including the full installation and provision of on-going support. In their response the bidders should consider:

(i) the installation of this system will be undertaken within a limited time period and in a high-profile building;

(ii) the contractor will need to work collaboratively with a number of key project stakeholders;

(iii) on-going support and maintenance of the installed system.

Question 4C.4 (15 %)

Bidders will be required to confirm that they, and any key subcontractors, have supply chain management systems and processes in place to deliver the requirements detailed in part II.2.4) of the contract notice. These systems and processes should demonstrate how components and materials are sourced, the appropriate labour resources are obtained and managed and what processes are followed for the selection, auditing and management of materials and sub-contractors.

Bidders should demonstrate that they have relationships with sound and voting system manufacturers and have experience in the successful management of a supply chain relevant to this project scope which ensured the delivery of works to an agreed schedule and within agreed budgets.

Question 4C7: 15 %

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

(i) a description of the organisation’s approach to environmental management;

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

Should any candidate invited to tender withdraw from the process at any point, for any reason, then the SPCB reserves the right to invite the bidder ranked next in the process as a replacement.

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

During the contract, including installation and later stages, the contractor will have to work with many stakeholders including consultants, contractors and SPCB staff. They must be prepared to operate in an environment which requires a high level of interaction and cooperation between stakeholders. All personnel involved in this project will have to obtain security clearance to CTC level.

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:

In relation to the ESPD:

4A.1 not used

4A.2 not used

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 40 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 40 or higher, then the provision of a parent company guarantee prior to the award of any contract will be acceptable. If a tenderer 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 as described in part II.2.4) of the contract notice.

Section 4C.2

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

Section 4C.4

Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4) in the contract notice or the relevant section of the site notice.

Sections 4C.3, 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:

(i) a description of the organisation’s approach to environmental management;

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

4C.10

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

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


Lefel(au) gofynnol y safonau sydd eu hangen:

Please note that there are minimum requirements concerning cyber security for this contract to which a pass/fail marking will attach. Bidders will be required to complete an online supplier assurance questionnaire using the Scottish Cyber Assessment Service (SCAS) at ITT stage. A link to SCAS can be found here: https://cyberassessment.gov.scot.

The questionnaire will be aligned to a cyber risk profile that has been established for the contract, based on the SPCB’s assessment of cyber risk.

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

III.2.2) Amodau perfformiad contractau

In order to ensure the highest standards of service quality in this contract the SPCB requires the contractor to take a positive approach to fair work practices. Full details of all performance conditions are set out in the ITT documents.

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 175-426343

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

Dyddiad: 07/04/2020

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: 15/06/2020

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

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

February 2030

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

A bidder's conference will be held at the Scottish Parliament Building in June/July 2020. Further details will be provided in the tender

documentation.

System demonstrations will form part of the tender evaluation. It is anticipated that these will be held at the Scottish Parliament Building in June/July 2020. Further details will be provided in the tender documentation.

The successful contractor will be required to work with the SPCB to establish any community benefits that are achievable under the

contract.

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=612687

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:612687)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=612687

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Edinburgh Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

06/03/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
32351000 Ategolion ar gyfer cyfarpar sain a fideo Cydrannau cyfarpar sain a fideo
32350000 Cydrannau cyfarpar sain a fideo Derbynyddion teledu a radio, a chyfarpar recordio neu atgynhyrchu sain neu fideo
32210000 Cyfarpar darlledu Cyfarpar trosglwyddo ar gyfer radio-teleffoni, radio-telegraffiaeth, darlledu radio a theledu
32330000 Cyfarpar recordio ac atgynhyrchu sain a fideo Derbynyddion teledu a radio, a chyfarpar recordio neu atgynhyrchu sain neu fideo
32342410 Cyfarpar sain Uchelseinyddion
45232331 Gwaith ategol ar gyfer darlledu Gwaith ategol ar gyfer piblinellau a cheblau
51000000 Gwasanaethau gosod (heblaw meddalwedd) Gwasanaethau eraill
51313000 Gwasanaethau gosod cyfarpar sain Gwasanaethau gosod cyfarpar radio, teledu, 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:
emma.o'sullivan@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.