Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Person cyswllt: Susan Lowrie
E-bost: susan.lowrie@edinburgh.gov.uk
NUTS: UKM75
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.edinburgh.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://www.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.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.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
School Playground Inspections
Cyfeirnod: CT1393
II.1.2) Prif god CPV
50870000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Inspection of school playgrounds
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 178 600.00 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
50870000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
Edinburgh
II.2.4) Disgrifiad o’r caffaeliad
Inspection of school playgrounds
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
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Council reserves the right to extend the contract for up to 24 months.
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:
Inspectors must be registered with The Register of Play Inspectors International (RPII)
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Insurance requirements
Employer’s Liability - 5,000,000 GBP for each and every claim;
Public/Products Liability – a minimum of 10,000,000 GBP for each and every claim and in the aggregate in respect of Products;
Professional Indemnity – a minimum of 2,000,000 GBP for each and every claim or in the aggregate; and
Third party motor vehicle insurance of 5,000,000 GBP for each and every claim in respect of third party property damage and unlimited in respect of injury.
Specific turnover requirements
A minimum “general” turnover of 112,000 GBP for each of the last two financial years
A current ratio of at least 1.10 in each of the last two financial years
Lefel(au) gofynnol y safonau sydd eu hangen:
Employer’s Liability - 5,000,000 GBP for each and every claim;
Public/Products Liability – a minimum of 10,000,000 GBP for each and every claim and in the aggregate in respect of Products;
Professional Indemnity – a minimum of 2,000,000 GBP for each and every claim or in the aggregate; and
Third party motor vehicle insurance of 5,000,000 GBP for each and every claim in respect of third party property damage and unlimited in respect of injury.
Specific turnover requirements
A minimum “general” turnover of 112,000 GBP for each of the last two financial years
A current ratio of at least 1.10 in each of the last two financial years
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
SPD Question 4C.4(a) - Payment of the real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the Contract (including any agency or sub-contractor staff), at least the real Living Wage.
SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the Contract, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties.
SPD Question 4C.7(a) - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency).
SPD Question 4C.7(b) – Compliance with LEZ - Tenderers are required to confirm that they (and any sub-contractor) will comply with the minimum emissions standards for Edinburgh’s Low Emission Zone (and any other such related scheme, including those in Partner Organisation’s locations) when delivering the specified services.
SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management - It is a mandatory requirement that Tendering Organisations with more than 5
employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly.
Inspectors must be registered with The Register of Play Inspectors International (RPII) and have a basic disclosure certificate.
Lefel(au) gofynnol y safonau sydd eu hangen:
SPD Question 4C.4(a) - Payment of the real Living Wage - Where a Tenderer does not commit to pay any staff that at least the real Living Wage, the Council may exclude the Tenderer from the competition.
SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.
SPD Question 4C.7(a) - Response to Climate Change Emergency - Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.
SPD Question 4C.7(b) – Compliance with LEZ - Where a Tenderer does not commit to complying with this requirement, the Council may exclude the Tenderer from the competition.
SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management -Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
Inspectors must be registered with The Register of Play Inspectors International (RPII) and have a basic disclosure certificate. Where a bidder does not evidence RPII registration and basic disclosure certificates, the Council may exclude the Bidder from the competition.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.1) Gwybodaeth am broffesiwn penodol
PDim ond proffesiwn penodol all gymryd rhan : Ydy
Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:
Inspectors must be registered with The Register of Play Inspectors International (RPII)
III.2.2) Amodau perfformiad contractau
See procurement documents
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.1.8) 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:
07/01/2025
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:
07/05/2025
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
07/01/2025
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:
December 2028
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=784302.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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 Benefit are at this stage not required as the annual value is expected to be less than 50k, should the contract exceed the 50k value then the Council will seek community benefits.
Community benefits guidance document has been attached as part of the tender pack.
Community benefits will be agreed with the winning bidder and the Council, if benefits are due.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=784302.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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 Benefit are at this stage not required as the annual value is expected to be less than 50k, should the contract exceed the 50k value then the Council will seek community benefits.
Community benefits guidance document has been attached as part of the tender pack.
Community benefits will be agreed with the winning bidder and the Council, if benefits are due.
(SC Ref:784302)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=784302
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sherrif Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
28/11/2024