Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
E-bost: murraythompson@north-ayrshire.gov.uk
NUTS: UKM93
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.north-ayrshire.gov.uk
Cyfeiriad proffil y prynwr: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
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
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Graphic Design and Digital Media Framework
Cyfeirnod: NAC/5216
II.1.2) Prif god CPV
79822500
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
North Ayrshire Council invites tenders for the provision of a Graphic Design and Digital Media Framework.
The framework will be split into two Lots:
- Lot 1 - Graphic Design - branding, material (online and print), animation and illustration
- Lot 2 - Digital Media - film making and virtual tours
Bidders may submit tenders for a single Lot or both Lots.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 300 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Graphic Design
II.2.2) Cod(au) CPV ychwanegol
79822500
22314000
92331210
22462000
79340000
79341000
79961100
79961200
79961300
79961350
79530000
II.2.3) Man cyflawni
Cod NUTS:
UKM93
II.2.4) Disgrifiad o’r caffaeliad
This procurement will follow the open tender process.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 40
Price
/ Pwysoliad:
60
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/02/2026
Diwedd:
31/01/2029
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Option to extend by up to 12 months. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding.
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
Digital Media
II.2.2) Cod(au) CPV ychwanegol
32354000
32354200
32354300
32354500
44176000
92111100
92111200
92111210
92111230
92111250
92111300
92111310
92100000
92110000
92111000
92111220
92111240
92111260
92111320
92112000
II.2.3) Man cyflawni
Cod NUTS:
UKM93
II.2.4) Disgrifiad o’r caffaeliad
This procurement will follow the open tender process.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 40
Price
/ Pwysoliad:
60
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/02/2026
Diwedd:
31/01/2029
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Option to extend by up to 12 months. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding
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:
If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Lot 1: Bidders will be required to have a minimum “general” yearly turnover of 10,000 GBP for the last three years.
Lot 2: Bidders will be required to have a minimum “general” yearly turnover of 10,000 GBP for the last three years.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder’s financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.
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:
Lot 1
Employer’s (Compulsory) Liability Insurance = [5 million] GBP
Public Liability Insurance = [1 million] GBP
Professional Risk Indemnity Insurance = [1 million] GBP
Lot 2
Employer’s (Compulsory) Liability Insurance =
[5 million] GBP
Public Liability Insurance = [1 million] GBP
http://www.hse.gov.uk/pubns/hse40.pdf
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders must provide two examples per Lot that they are bidding for that demonstrates they have the relevant experience to deliver the contract. Examples must be of a similar scope, size, and value and be from within the last three years. Examples provided must be of requirements that are included within the scope of this Framework. Unsatisfactory experience will result in a fail and exclusion from the tender process. If you submit more than two examples per Lot, NAC will only evaluate the first two examples provided.
Bidders must also provide two satisfactory references per Lot for the same two contracts. References should be fully completed and signed by previous customers and must be of a similar scope, size, and value and be from within the last three years. If any of the referees score less than two, the bidder will be excluded from the tender process. If you submit more than two references per Lot, NAC will only evaluate the first two references provided.
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond, including knowledge of their emissions sources and actions to address these. Accepted evidence includes but is not limited to:
- a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
Guidance on how Bidder Climate Change Plans are evaluated is available on the Sustainable Procurement Tools: Sustainable Procurement (sustainableprocurementtools.scot)
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’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: 13
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:
13/10/2025
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:
13/10/2025
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
The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)
OR
A documented policy regarding quality 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.
OR
A documented policy regarding environmental management.
Bidders 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30112. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Community benefits will be required on a voluntary basis for:
- Employment
- Employability & Skills
- SMEs
- TSOs
- Education
- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)
(SC Ref:809870)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/
VI.5) Dyddiad anfon yr hysbysiad hwn
12/09/2025