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 a Removals, Packing and Storage Service for Domestic Properties

  • Cyhoeddwyd gyntaf: 20 Rhagfyr 2023
  • Wedi'i addasu ddiwethaf: 20 Rhagfyr 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-042666
Cyhoeddwyd gan:
East Renfrewshire Council
ID Awudurdod:
AA22126
Dyddiad cyhoeddi:
20 Rhagfyr 2023
Dyddiad Cau:
22 Ionawr 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Contractor will provide removal, transfer and storage of belongings as determined and notified by East Renfrewshire Council Housing Service or Housing maintenance team, in accordance with Health and Safety Regulations and all associated standards.

Contractor will provide a short and long term storage solution, often for an unspecified amount of time, and must demonstrate that they have adequate storage to meet the needs of this contract.

East Renfrewshire Council requires a single Contractor to uplift within a property, all furniture items, goods, fixture/fittings and any other household item (this list is not exhaustive) and deliver to/from properties, with capacity to conduct requests where specified within 48 hours of request for standard requests.

Due to the nature of the service on occasion East Renfrewshire Council may instruct the contractor to carry out an emergency removal, the Contractor will be required to respond and arrive at the designated property within 4 hours of the request being made. Emergency requests are infrequent approx. 10 per year the contractor may also be required to provide assistance preparing for a move.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

UK

Person cyswllt: Chris Turner

Ffôn: +44 7587342868

E-bost: christurner@eastrenfrewshire.gov.uk

NUTS: UKM83

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.eastrenfrewshire.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

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

Provision of a Removals, Packing and Storage Service for Domestic Properties

Cyfeirnod: ERC000322

II.1.2) Prif god CPV

63121000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Housing Service department at East Renfrewshire Council is responsible for the discharge of some statutory duties owed to homeless citizens of East Renfrewshire. Citizens require assistance with the removal, transfer and storage of belongings, sometimes for an unspecified amount of time. East Renfrewshire Council is legally obliged to provide this assistance.

The Council have various types of customers, some of which require short term uplift and storage of belongings; others require a more long term solution.

The approximate level of usage of the service is as follows:

- 66 movements per year (i.e 33 uplifts and redelivery)

- 43 units (250 cubic foot) of storage in use at any given time

- An average of 9 months in storage for each person

The figures above are indicative of the current level of usage of the service. No guarantee can be given in relation to future levels.

This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure.

Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 168 000.00 GBP

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

63121100

II.2.3) Man cyflawni

Cod NUTS:

UKM83


Prif safle neu fan cyflawni:

East Renfrewshire

II.2.4) Disgrifiad o’r caffaeliad

The Contractor will provide removal, transfer and storage of belongings as determined and notified by East Renfrewshire Council Housing Service or Housing maintenance team, in accordance with Health and Safety Regulations and all associated standards.

Contractor will provide a short and long term storage solution, often for an unspecified amount of time, and must demonstrate that they have adequate storage to meet the needs of this contract.

East Renfrewshire Council requires a single Contractor to uplift within a property, all furniture items, goods, fixture/fittings and any other household item (this list is not exhaustive) and deliver to/from properties, with capacity to conduct requests where specified within 48 hours of request for standard requests.

Due to the nature of the service on occasion East Renfrewshire Council may instruct the contractor to carry out an emergency removal, the Contractor will be required to respond and arrive at the designated property within 4 hours of the request being made. Emergency requests are infrequent approx. 10 per year the contractor may also be required to provide assistance preparing for a move.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Removals Methodology / Pwysoliad: 20

Maes prawf ansawdd: Implementation / Pwysoliad: 15

Maes prawf ansawdd: Storage Methodology / Pwysoliad: 20

Maes prawf ansawdd: Fair Working Practices / Pwysoliad: 5

Maes prawf ansawdd: Community benefits / Pwysoliad: 10

Maes prawf ansawdd: Complaints Procedure / Pwysoliad: 10

Maes prawf ansawdd: Contract Management / Pwysoliad: 10

Maes prawf ansawdd: Sustainability / Pwysoliad: 5

Maes prawf ansawdd: Carbon Footprint Reduction / Pwysoliad: 5

Price / Pwysoliad:  60

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 168 000.00 GBP

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:

Up to 2 x 12 month extensions dependant on budget and satisfactory performance

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

II.2.14) Gwybodaeth ychwanegol

The Council reserves the right to spend up to 250,000 GBP (excluding VAT) over the duration of the contract (Including extensions), should additional requirements for housing be identified, or, to facilitate commercial moves such as office relocation.

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:

Bidders must holds an appropriate operator’s licence as issued by the Driver and Vehicle Standards Agency (DVSA)

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

To establish the financial standing of a bidder, the Council will:

Take into account a risk report provided independently by Creditsafe. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. Where the score is 30+ the Council will consider all information available from the report.

Where you are not registered on credit safe e.g. charitable organisations, new start companies and Sole Traders you are to submit 2 years financial accounts, including Profit & Loss Statement and Balance Sheet for consideration.

It should be noted that in addition to the above checks the Council reserves the right at its own discretion to seek such other information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the applicant’s economic and financial standing. Additional information can include an analysis of turnover, solvency ratios and profitability ratios and will be detailed within the Qualification Envelope question within PCS-Tender. The final decision on bidder inclusion rests with the Council.

The successful tender will be expected to maintain a Creditsafe level of 30+ throughout the contract period. The offer of any extension to the contract will be dependent on an acceptable crediting rating of 30+. The council reserve the right to terminate the contract should the financial standing decline to an unacceptable level.

Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission.

It should be noted that the maximum business that can be passed to a sub-contractor or members of a consortia under this contract cannot be more than 50% of their annual turnover. The council reserves the right to request evidence of the other SPD areas in relation to the selection criteria of suitability, economic and financial standing and quality assurance schemes and environmental management standards. For the avoidance of doubt where a subcontractor or participants of a group who meet the compulsory exclusions grounds shall be replaced at the request of the Council and the Council may request the replacement where the discretionary exclusion grounds are met.

Turnover Requirement

Bidders will be required to have a minimum ‘general’ annual turnover of at least 84,000 GBP for the previous 2 financial years.

Bidders who cannot meet the required level of turnover will be excluded from the tender.

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:

Employer’s (Compulsory) Liability Insurance = 5 million GBP

Public Liability Insurance = 5 million GBP

Third Party Motor Vehicle Insurance


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Health and Safety Management

The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management

Environmental Management

The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management

Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms.

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process.

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 2C.1 of the qualification envelope.


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

III.2.2) Amodau perfformiad contractau

Conditions of contract are East Renfrewshire Council Conditions of Contract for the Purchase of services

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

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: 22/01/2024

Amser lleol: 12:00

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

Rhaid i’r tendr fod yn ddilys tan: 22/01/2024

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 22/01/2024

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

Q3 2027

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days

of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.

The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25755. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the

Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this contract the successful Contractor will be requested to support East Renfrewshire Council’s economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy.

Tier 1. Targeted recruitment and training for priority employability groups.

Tier 2. Work experience placements for the same target groups.

Tier 3. Curriculum support for schools and those on employability pathways.

Tier 4. Community Enhancement for community groups and projects.

Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support.

Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 5 Community Benefits points per year of the contract

(SC Ref:752822)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Paisley Sheriff Court and Justice of the Peace

Paisley

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

18/12/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
63121100 Gwasanaethau storio Gwasanaethau storio ac adalw
63121000 Gwasanaethau storio ac adalw Gwasanaethau storfeydd a warysau

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:
christurner@eastrenfrewshire.gov.uk
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.