Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Government
4 Atlantic Quay
Glasgow
G2 8AE
UK
Person cyswllt: Julia Kerr
Ffôn: +44 1312443126
E-bost: julia.kerr@gov.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.scotland.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
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
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:
https://www.publictendersscotland.publiccontractsscotland.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
Case 485650 First Home Fund – Administering Agents
II.1.2) Prif god CPV
75123000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
First Home Fund – Administering Agents for the period 1.4.2020 to 31.3.2021 with the option to extend for a period of 2 years arranged on an annual basis. This requirement is split into 8 geographical lots with each lot being awarded to one supplier. Suppliers may bid for any or all lots. There will be no restriction to the number of lots a supplier can be awarded.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 6 300 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Edinburgh, East Lothian, Mid Lothian, West Lothian, Scottish Borders, Fife
II.2.2) Cod(au) CPV ychwanegol
75123000
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
Lot 1: Edinburgh, East Lothian, Mid Lothian, West Lothian, Scottish Borders, Fife for the period of 1.4.2020 to 31.3.2021 with the option to extend until 31.3.2023 agreed on an annual basis.
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
Glasgow East Renfrewshire Renfrewshire East and West Dunbartonshire Inverclyde
II.2.2) Cod(au) CPV ychwanegol
75123000
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
Lot 2: Glasgow, East Renfrewshire, Renfrewshire, East and West Dunbartonshire, Inverclyde for the period of 1.4.2020 to 31.3.2021 with the option to extend until 31.3.2023 agreed on an annual basis.
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 3
II.2.1) Teitl
Angus Clackmannanshire Dundee Falkirk Perth and Kinross Stirling
II.2.2) Cod(au) CPV ychwanegol
75123000
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
Lot 3: Angus, Clackmannanshire, Dundee, Falkirk, Perth and Kinross, Stirling for the period of 1.4.2020 to 31.3.2021 with the option to extend until 31.3.2023 agreed on an annual basis.
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 4
II.2.1) Teitl
North and South Lanarkshire North South and East Ayrshire Argyll and Bute Dumfries and Galloway
II.2.2) Cod(au) CPV ychwanegol
75123000
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
Lot 4: North and South Lanarkshire, North South and East Ayrshire, Argyll and Bute, Dumfries and Galloway for the period of 1.4.2020 to 31.3.2021 with the option to extend until 31.3.2023 agreed on an annual basis.
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 5
II.2.1) Teitl
Aberdeen City Aberdeenshire Moray
II.2.2) Cod(au) CPV ychwanegol
75123000
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
Lot 5: Aberdeen City, Aberdeenshire, Moray for the period of 1.4.2020 to 31.3.2021 with the option to extend until 31.3.2023 agreed on an annual basis.
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 6
II.2.1) Teitl
Highland, Shetland
II.2.2) Cod(au) CPV ychwanegol
75123000
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
Highland, Shetland for the period of 1.4.2020 to 31.3.2021 with the option to extend until 31.3.2023 agreed on an annual basis.
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 7
II.2.1) Teitl
Western Isles
II.2.2) Cod(au) CPV ychwanegol
75123000
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
Western Isles for the period of 1.4.2020 to 31.3.2021 with the option to extend until 31.3.2023 agreed on an annual basis.
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 8
II.2.1) Teitl
Orkney
II.2.2) Cod(au) CPV ychwanegol
75123000
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
Orkney for the period of 1.4.2020 to 31.3.2021 with the option to extend until 31.3.2023 agreed on an annual basis.
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.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
Minimum level(s) of standards required:
Statement for 4B.4: bidders must demonstrate a current ratio of no less than 0.7. Current Ratio will be calculated as follows: total current assets divided by total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Bidders 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.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Statement for 4A.2 Bidders must meet the following minimum requirements: staff must hold checks for Basic Disclosure Scotland or Disclosure Barring Service (DBS), formerly Criminal Records Bureau (CRB). Note: Suppliers must be able to evidence they hold checks at contract commencement.
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.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
10/01/2020
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
ESPD will be scored on a pass/fail basis.
Statement for 4B.5
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 of insurance indicated below.
Employer's (compulsory) liability insurance = 5 000 000 GBP.
Public liability insurance = 5 000 000 GBP.
Professional indemnity insurance = 1 000 000 GBP.
The contract award criteria will be price 30%/Quality 70 %.
Question scoring methodology for award criteria outlined in invitation to tender:
0 = Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 = Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 = Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 = Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 = Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Form attached to ESPD questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first 3 sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later date. Scottish Government reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria.
4C.10 Bidders will be required to confirm whether they intend to sub-contract and if so, for what proportion of the contract.
Note: the buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 14630 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select project code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 14630. 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:
Based on limited supplier interest in some of the Lots, a sub-contractor clause would be difficult to achieve.
The contracting authority does not intend to include any community benefit requirements in this contract for the following reason:
It is expected there are limited suppliers for some of the Lots and a response on scored community benefits will not be pursued. However, a non-scored community benefits question will be included in the tender and community benefits identified will be included as part of any contract placed.
(SC Ref:599298)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Scottish Government
Area 3A South, Victoria Quay, The Shore
Edinburgh
EH6 6QQ
UK
Ffôn: +44 131
Cyfeiriad(au) rhyngrwyd
URL: http://www.scotland.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
03/12/2019