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

Broadcasting Systems Integration and Equipment

  • Cyhoeddwyd gyntaf: 07 Mawrth 2023
  • Wedi'i addasu ddiwethaf: 07 Mawrth 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-03ae43
Cyhoeddwyd gan:
Scottish Parliamentary Corporate Body
ID Awudurdod:
AA20563
Dyddiad cyhoeddi:
07 Mawrth 2023
Dyddiad Cau:
05 Ebrill 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The SPCB would like to set up a framework with a maximum of 4 Contractors to provide broadcasting systems design, installation and integration services along with equipment supply and maintenance of broadcast facilities and equipment.

Call-Off Contracts or projects under the framework will vary in scale and scope, ranging from a supply and install of new equipment to large infrastructure projects taking several months.

The Contractor must work in collaboration with the SPCB Broadcasting Office and provide advice and solutions on new technology entering the market and assist the Broadcasting Office in any new ways of working.

The SPCB would like to appoint 4 Contractors who can provide all of the following Services:

- Broadcast Systems Integration, including supply of equipment, to support the Broadcasting Office services including, but not limited to:

*Providing equipment to Call-Off Contract specification.

*Ensuring any new system integrates to existing SPCB systems as per specification.

- Broadcast engineering design services including, but not limited to:

*Creating system drawings and layouts.

*Creating cable schedules and other installation documentation.

- Installation and/or maintenance of broadcast equipment and systems including, but not limited to:

*Providing Contractor Personnel to install and commission new equipment.

*Providing support contracts either directly or via third parties to support existing systems.

- Training of SPCB Broadcasting staff including, but not limited to:

*Training on equipment operation

*Training on maintenance and first level system support

- Advice on new solutions and technology entering the broadcasting market including, but not limited to:

*Understanding existing SPCB systems and workflows and advising on new ways of working.

*Introducing the SPCB to new suppliers and manufacturers.

- Throughout the framework period, the SPCB intends to run mini-competitions to award specific Call-Off Contracts which will be open to all Framework Contractors. The Contractor will be asked to submit proposals including costs for specific work against a technical specification. The SPCB does not offer any guarantee as to the number or value of Call-Off Contracts which will be placed. The Contractor may decline to bid if the work is not of interest to them.

- Mini-competitions may be run for any Call-Off Contract requirement, regardless of value.

- The SPCB may also direct award Call-Off Contracts without competition only in cases where the value of the project is below 20,000 GBP. In this instance the SPCB shall directly award a Call-Off Contract to the highest ranked Contractor on the Framework following tender evaluation. Should the highest ranked Contractor not be able to meet the requirement then the SPCB may approach the second highest ranked Contractor and directly award a Call-Off Contract to them, and so on for all named Framework Providers.

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: Euan Muirhead

Ffôn: +44 1313486620

E-bost: Euan.Muirhead@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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Y math o awdurdod contractio

Arall: Legislative Body

I.5) Prif weithgaredd

Arall: Devolved Parliament

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Broadcasting Systems Integration and Equipment

Cyfeirnod: NIC-G&S-120

II.1.2) Prif god CPV

64228000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The SPCB would like to set up a framework with a maximum of 4 Contractors to provide broadcasting systems design, installation and integration services along with equipment supply and maintenance of broadcast facilities and equipment.

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

45232331

32210000

32211000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

The SPCB would like to set up a framework with a maximum of 4 Contractors to provide broadcasting systems design, installation and integration services along with equipment supply and maintenance of broadcast facilities and equipment.

Call-Off Contracts or projects under the framework will vary in scale and scope, ranging from a supply and install of new equipment to large infrastructure projects taking several months.

The Contractor must work in collaboration with the SPCB Broadcasting Office and provide advice and solutions on new technology entering the market and assist the Broadcasting Office in any new ways of working.

The SPCB would like to appoint 4 Contractors who can provide all of the following Services:

- Broadcast Systems Integration, including supply of equipment, to support the Broadcasting Office services including, but not limited to:

*Providing equipment to Call-Off Contract specification.

*Ensuring any new system integrates to existing SPCB systems as per specification.

- Broadcast engineering design services including, but not limited to:

*Creating system drawings and layouts.

*Creating cable schedules and other installation documentation.

- Installation and/or maintenance of broadcast equipment and systems including, but not limited to:

*Providing Contractor Personnel to install and commission new equipment.

*Providing support contracts either directly or via third parties to support existing systems.

- Training of SPCB Broadcasting staff including, but not limited to:

*Training on equipment operation

*Training on maintenance and first level system support

- Advice on new solutions and technology entering the broadcasting market including, but not limited to:

*Understanding existing SPCB systems and workflows and advising on new ways of working.

*Introducing the SPCB to new suppliers and manufacturers.

- Throughout the framework period, the SPCB intends to run mini-competitions to award specific Call-Off Contracts which will be open to all Framework Contractors. The Contractor will be asked to submit proposals including costs for specific work against a technical specification. The SPCB does not offer any guarantee as to the number or value of Call-Off Contracts which will be placed. The Contractor may decline to bid if the work is not of interest to them.

- Mini-competitions may be run for any Call-Off Contract requirement, regardless of value.

- The SPCB may also direct award Call-Off Contracts without competition only in cases where the value of the project is below 20,000 GBP. In this instance the SPCB shall directly award a Call-Off Contract to the highest ranked Contractor on the Framework following tender evaluation. Should the highest ranked Contractor not be able to meet the requirement then the SPCB may approach the second highest ranked Contractor and directly award a Call-Off Contract to them, and so on for all named Framework Providers.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 70

Maen prawf cost: Price / Pwysoliad: 30

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:

option to extend for a further period/s of up to 24 months, at the sole discretion of the SPCB.

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:

In relation to the SPD:

4A.1 - not used

4A.2 - not used

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

In relation to the SPD:

4B.1 - 4B.4: not used

4B.5: It is a requirement of this framework 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:

- Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP

- Public Liability Insurance = 1,000,000 GBP

- Product Liability Insurance = 1,000,000 GBP

- Professional Risk Indemnity Insurance = 1,000,000 GBP

4B.6: The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. Tenderers 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 tenderer 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 tenderer 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:

4B.6: Tenderers should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a tenderer 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 tender may be rejected.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

In relation to the SPD:

4C.1.2 - Bidders must provide 3 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice.

The examples provided must demonstrate experience of the following, as a minimum:

- Experience in providing broadcasting system integration services including Video, Audio, Control and IP Networks.

- Experience in the supply of broadcasting equipment from multiple suppliers.

- Experience in design and documentation of broadcasting systems to industry standards.

- Experience of on-site installation of broadcasting infrastructure, ideally within an architectural significant building.

- Evidence of collaboration with key stakeholders (Facilities management, IT etc) within tight timescales during installation/integration projects.

- Experience in providing advice and guidance in taking advantage of broadcasting industry trends or new technology.

- Experience in providing support and training for new systems.

4C.2 - 4C.12: not used


Lefel(au) gofynnol y safonau sydd eu hangen:

In relation to the SPD:

4D.1: not used

4D.2: 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 agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 4

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: 05/04/2023

Amser lleol: 12:00

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

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 05/04/2023

Amser lleol: 12:00

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

Please note there are minimum requirements concerning Cyber Security for this framework to which a pass/fail marking will attach. Tenderers will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool. A link to CSPST can be found here:

https://cyberassessment.gov.scot/

The questionnaire will be aligned to a Cyber Risk Profile that has been established for the framework, based on the Contracting Authority’s assessment of cyber risk.

For this contract, minimum requirements also include the holding of Cyber Essentials certification (or equivalent).

Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23529. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Estimated value of the framework is between 4 suppliers with no guarantee of work. Call-off contracts under the framework may be low value and may require specialist sub-contractor input at short notice so not suitable for advertising.

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 Contractor must include community benefits as part of the delivery of the Services. Given that there is no guaranteed volume of work through the framework the Scottish Parliament have provided a menu of community benefits that the Contractor can select community benefits from based on the value of work awarded.

(SC Ref:720191)

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

06/03/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
32211000 Cyfarpar cynhyrchu darllediadau Cyfarpar darlledu
32210000 Cyfarpar darlledu Cyfarpar trosglwyddo ar gyfer radio-teleffoni, radio-telegraffiaeth, darlledu radio a theledu
45232331 Gwaith ategol ar gyfer darlledu Gwaith ategol ar gyfer piblinellau a cheblau
64228000 Gwasanaethau darlledu teledu a radio Gwasanaethau telathrebu heblaw gwasanaethau ffôn a throsglwyddo data

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:
Euan.Muirhead@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.