Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Graphic Design and Digital Media Framework

  • First published: 13 September 2025
  • Last modified: 13 September 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-05996c
Published by:
North Ayrshire Council
Authority ID:
AA20915
Publication date:
13 September 2025
Deadline date:
13 October 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

UK

E-mail: murraythompson@north-ayrshire.gov.uk

NUTS: UKM93

Internet address(es)

Main address: http://www.north-ayrshire.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Graphic Design and Digital Media Framework

Reference number: NAC/5216

II.1.2) Main CPV code

79822500

 

II.1.3) Type of contract

Services

II.1.4) Short description

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) Estimated total value

Value excluding VAT: 300 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Graphic Design

II.2.2) Additional CPV code(s)

79822500

22314000

92331210

22462000

79340000

79341000

79961100

79961200

79961300

79961350

79530000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

This procurement will follow the open tender process.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/02/2026

End: 31/01/2029

This contract is subject to renewal: Yes

Description of renewals:

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) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Digital Media

II.2.2) Additional CPV code(s)

32354000

32354200

32354300

32354500

44176000

92111100

92111200

92111210

92111230

92111250

92111300

92111310

92100000

92110000

92111000

92111220

92111240

92111260

92111320

92112000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

This procurement will follow the open tender process.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/02/2026

End: 31/01/2029

This contract is subject to renewal: Yes

Description of renewals:

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) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

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) Economic and financial standing

List and brief description of selection criteria:

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) Technical and professional ability

List and brief description of selection criteria:

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) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

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

Envisaged maximum number of participants to the framework agreement: 13

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/10/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 13/10/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

Internet address(es)

URL: https://www.scotcourts.gov.uk/

VI.5) Date of dispatch of this notice

12/09/2025

Coding

Commodity categories

ID Title Parent category
79340000 Advertising and marketing services Market and economic research; polling and statistics
92111210 Advertising film production Motion picture and video production services
22462000 Advertising material Trade-advertising material, commercial catalogues and manuals
79961100 Advertising photography services Photographic services
79341000 Advertising services Advertising and marketing services
92111220 Advertising video-tape production Motion picture and video production services
92111200 Advertising, propaganda and information film and video-tape production Motion picture and video production services
79961200 Aerial photography services Photographic services
92331210 Children animation services Fair and amusement park services
32354200 Cinematographic film Film products
22314000 Designs Postcards
92111300 Entertainment film and video-tape production Motion picture and video production services
92111310 Entertainment film production Motion picture and video production services
92111320 Entertainment video-tape production Motion picture and video production services
44176000 Film Plates, sheets, strip and foil related to construction materials
32354000 Film products Parts of sound and video equipment
79822500 Graphic design services Composition services
92111250 Information film production Motion picture and video production services
92111260 Information video-tape production Motion picture and video production services
92111000 Motion picture and video production services Motion picture and video tape production and related services
92100000 Motion picture and video services Recreational, cultural and sporting services
92110000 Motion picture and video tape production and related services Motion picture and video services
32354300 Photographic film Film products
92111230 Propaganda film production Motion picture and video production services
92111240 Propaganda video-tape production Motion picture and video production services
92112000 Services in connection with motion-picture and video-tape production Motion picture and video tape production and related services
79961300 Specialised photography services Photographic services
79961350 Studio photography services Photographic services
92111100 Training-film and video-tape production Motion picture and video production services
79530000 Translation services Office-support services
32354500 Video films Film products

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
murraythompson@north-ayrshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.