Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
Person cyswllt: Laura Keane
E-bost: laurakeane@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
NAC/5164 Framework Agreement for Provision of Ad-Hoc Vehicle Repairs, Maintenance Services & Recovery
Cyfeirnod: NAC/5164
II.1.2) Prif god CPV
34300000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
North Ayrshire Council (“NAC”) is seeking to appoint service, maintenance and repair providers within a Framework Agreement with the appropriate experience of vehicle repairs and maintenance services to supplement their in-house provision.
These services required will be over the following lots:
Lot 1 - Light Vehicles up to 3.5t & Minibuses up to 17 seat capacity
Lot 2 - Heavy vehicles over 3.5t
Lot 3 - Repair of grounds maintenance, plant and hand-held equipment
sub lots:
3a – Heavy Plant
3b – Light Plant
3c – Pedestrian and Handheld Plant
Lot 4 - Repair of vehicle tail lifts + hook loaders
sub lots:
4a – Vehicle Tail Lifts
4b – Hook Loaders
Lot 5 – Welding and Fabrication Services for light/heavy commercial vehicles and plant
Lot 6 – Recovery – All vehicle types
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 600 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 6 lotiau
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Light Vehicles up to 3.5t & Minibuses up to 17 seat capacity
II.2.2) Cod(au) CPV ychwanegol
34300000
II.2.3) Man cyflawni
Cod NUTS:
UKM93
II.2.4) Disgrifiad o’r caffaeliad
Light Vehicles up to 3.5t & Minibuses up to 17 seat capacity
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 10
Maes prawf ansawdd: Price
/ Pwysoliad: 90
Price
/ Pwysoliad:
90
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Up to 12 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
II.2.14) Gwybodaeth ychwanegol
Estimated budget 600,000 GBP
Rhif y Lot 2
II.2.1) Teitl
Heavy vehicles over 3.5t
II.2.2) Cod(au) CPV ychwanegol
34300000
II.2.3) Man cyflawni
Cod NUTS:
UKM93
II.2.4) Disgrifiad o’r caffaeliad
Heavy vehicles over 3.5t
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Price
/ Pwysoliad: 90
Maes prawf ansawdd: Quality
/ Pwysoliad: 10
Price
/ Pwysoliad:
90
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
up to 12 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
II.2.14) Gwybodaeth ychwanegol
Estimated budget 560,000 GBP
Rhif y Lot 3
II.2.1) Teitl
Repair of grounds maintenance, plant and hand-held equipment sub lots: 3a – Heavy Plant 3b – Light Plant 3c – Pedestrian and Handheld Plant
II.2.2) Cod(au) CPV ychwanegol
43325100
II.2.3) Man cyflawni
Cod NUTS:
UKM93
II.2.4) Disgrifiad o’r caffaeliad
Lot 3 - Repair of grounds maintenance, plant and hand-held equipment
sub lots:
3a – Heavy Plant
3b – Light Plant
3c – Pedestrian and Handheld Plant
Please note that sub-lots will be evaluated separately, ie the total cost of the individual sub-lot will be evaluated.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Price
/ Pwysoliad: 90
Maes prawf ansawdd: Quality
/ Pwysoliad: 10
Price
/ Pwysoliad:
90
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
up to 12 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
II.2.14) Gwybodaeth ychwanegol
Estimated budget
3a – Heavy Plant 160,000 GBP
3b – Light Plant 80,000 GBP
3c – Pedestrian and Handheld Plant 40,000 GBP
Rhif y Lot 4
II.2.1) Teitl
Repair of vehicle tail lifts + hook loaders sub lots: 4a – Vehicle Tail Lifts 4b – Hook Loaders
II.2.2) Cod(au) CPV ychwanegol
34300000
II.2.3) Man cyflawni
Cod NUTS:
UKM93
II.2.4) Disgrifiad o’r caffaeliad
Repair of vehicle tail lifts + hook loaders
sub lots:
4a – Vehicle Tail Lifts
4b – Hook Loaders
Please note that sub-lots will be evaluated separately, ie the total cost of the individual sub-lot will be evaluated.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Price
/ Pwysoliad: 90
Maes prawf ansawdd: Quality
/ Pwysoliad: 10
Price
/ Pwysoliad:
90
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
up to 12 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
II.2.14) Gwybodaeth ychwanegol
Estimated budget
4a – Vehicle Lifts 40,000 GBP
4b – Hook Loaders 40,000 GBP
Rhif y Lot 5
II.2.1) Teitl
Welding and Fabrication Services for light/heavy commercial vehicles and plant
II.2.2) Cod(au) CPV ychwanegol
45262680
II.2.3) Man cyflawni
Cod NUTS:
UKM93
II.2.4) Disgrifiad o’r caffaeliad
Welding and Fabrication Services for light/heavy commercial vehicles and plant
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Price
/ Pwysoliad: 90
Maes prawf ansawdd: Quality
/ Pwysoliad: 10
Price
/ Pwysoliad:
90
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
up to 12 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
II.2.14) Gwybodaeth ychwanegol
Estimated budget 80,000 GBP
Rhif y Lot 6
II.2.1) Teitl
Recovery – All vehicle types
II.2.2) Cod(au) CPV ychwanegol
50118100
II.2.3) Man cyflawni
Cod NUTS:
UKM93
II.2.4) Disgrifiad o’r caffaeliad
Recovery – All vehicle types
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Price
/ Pwysoliad: 90
Maes prawf ansawdd: Quality
/ Pwysoliad: 10
Price
/ Pwysoliad:
90
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
up to 12 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
II.2.14) Gwybodaeth ychwanegol
Estimated budget 40,000 GBP
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.
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:
Bidders will be required to have a minimum yearly “general” turnover for the last 3 years in the business area covered by the contract:
Lot 1 - 60,000GBP
Lot 2 - 56,000GBP
Lot 3a - 16,000GBP
Lot 3b - 8,000GBP
Lot 3c - 4,000GBP
Lot 4a - 4,000GBP
Lot 4b - 4,000GBP
Lot 5 - 8,000GBP
Lot 6 - 4,000GBP
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.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5M GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf (Sole traders are exempt from this requirement)
Public Liability Insurance 5M GBP in respect of any one event
Product Liability Insurance 5M GBP in the aggregate only applicable to Lot 1 to Lot 3.
Statutory Third-Party Motor Vehicle Insurance
Maintained throughout the period of the contract in accord with the provisions of the current Road Traffic Act 1988 (as amended).
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders are required to provide a minimum of 2 examples of contracts carried out in the past 3 years that demonstrates they have the relevant experience to deliver the supplies/services described in the Contract Notice. The supplies must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.
Bidders are required to confirm the supplier itself & supplier's staff have the following relevant educational and professional qualifications:
Must be qualified and competent mechanics. Must have Institute of the Motor Industry (IMI) certificate or City and Guilds qualified.
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
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: 30
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:
02/08/2024
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:
02/08/2024
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
Derbynnir anfonebau electronig
VI.3) Gwybodaeth ychwanegol
Quality Management Procedures
1. 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, see attachment at SPD question 4D.1.
Health and Safety Procedures
1. 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, see attachment at SPD question 4D.1.
Environmental Management Procedures
1. 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, see attachment at SPD question 4D.2.
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 54032. 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:
Community benefits will be required on a mandatory / voluntary basis for:
- Employment
- Employability & Skills
- SMEs
- TSOs
- Education
- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)
(SC Ref:770137)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
UK
Ffôn: +44 1563550024
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/
VI.5) Dyddiad anfon yr hysbysiad hwn
02/07/2024