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

Supply and Maintenance of Stairlifts, Ceiling Track Hoists and Bidet Toilets

  • Cyhoeddwyd gyntaf: 07 Mehefin 2019
  • Wedi'i addasu ddiwethaf: 07 Mehefin 2019

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:
Cyhoeddwyd gan:
City of Edinburgh Council
ID Awudurdod:
AA20376
Dyddiad cyhoeddi:
07 Mehefin 2019
Dyddiad Cau:
05 Gorffennaf 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The City of Edinburgh Council wishes to appoint a single supplier for the supply, servicing and maintenance of Lot 1: Stair Lifts, Step-Lifts and Through Floor Lifts.

Testun llawn y rhybydd

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: Claudine Persaud

Ffôn: +44 1314693727

E-bost: claudine.persaud@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'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

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

Supply and Maintenance of Stairlifts, Ceiling Track Hoists and Bidet Toilets

Cyfeirnod: CT2717

II.1.2) Prif god CPV

33196000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The City of Edinburgh Council wish to put a three lot Framework Agreement in place (appointing a maximum of 1 supplier per lot) for the supply, servicing and maintenance of:

— Lot 1 (Stair Lifts, Step-Lifts and Through Floor Lifts),

— Lot 2 (Ceiling Track and Gantry Hoists),

— Lot 3 (Bidet Style Toilets).

Each lot encompasses:

— supply of equipment and associated services,

— planned preventative maintenance and servicing,

— reactive repairs of equipment,

— removal, refurbishment and storage of equipment.

The Framework Agreement may be utilised by the City of Edinburgh Council, East Lothian Council and Midlothian Council.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

A single supplier will be appointed to service each lot. A supplier may be awarded more than one lot if they bid for more than 1 lot, dependant on the evaluation outcome for each lot.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Stair Lifts, Step-Lifts and Through Floor Lifts

II.2.2) Cod(au) CPV ychwanegol

33196000

33196200

33192600

44115600

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Edinburgh, East Lothian and Midlothian.

II.2.4) Disgrifiad o’r caffaeliad

The City of Edinburgh Council wishes to appoint a single supplier for the supply, servicing and maintenance of Lot 1: Stair Lifts, Step-Lifts and Through Floor Lifts.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 50

Price / Pwysoliad:  50

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract will be for a period of 2 years with 2 optional 12-month extension periods undertaken at the sole discretion of the Council.

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: Ydy

Disgrifiad o’r opsiynau:

In addition to the possible extension periods additional equipment (beyond that detailed in the equipment inventory provided) may require to be subject to planned preventative maintenance and servicing. Where additional equipment comes into scope during the contract period, details will be agreed between the supplier and the Council.

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

Rhif y Lot 2

II.2.1) Teitl

Ceiling Track and Gantry Hoists

II.2.2) Cod(au) CPV ychwanegol

33196000

33196200

33192600

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Edinburgh, East Lothian and Midlothian.

II.2.4) Disgrifiad o’r caffaeliad

The City of Edinburgh Council wishes to appoint a single supplier for the supply, servicing and maintenance of Lot 2: Ceiling Track and Gantry Hoists.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: 50 / Pwysoliad: Quality

Price / Pwysoliad:  50

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract will be for a period of 2 years with 2 optional 12-month extension periods undertaken at the sole discretion of the Council.

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: Ydy

Disgrifiad o’r opsiynau:

In addition to the possible extension periods additional equipment (beyond that detailed in the equipment inventory provided) may require to be subject to planned preventative maintenance and servicing. Where additional equipment comes into scope during the contract period, details will be agreed between the supplier and the Council.

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

Rhif y Lot 3

II.2.1) Teitl

Bidet Style Toilets

II.2.2) Cod(au) CPV ychwanegol

33196000

33196200

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Edinburgh, East Lothian and Midlothian.

II.2.4) Disgrifiad o’r caffaeliad

The City of Edinburgh Council wishes to appoint a single supplier for the supply, servicing and maintenance of Lot 3: Bidet Style Toilets.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 50

Price / Pwysoliad:  50

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract will be for a period of 2 years with 2 optional 12-month extension periods undertaken at the sole discretion of the Council.

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: Ydy

Disgrifiad o’r opsiynau:

In addition to the possible extension periods additional equipment (beyond that detailed in the equipment inventory provided) may require to be subject to planned preventative maintenance and servicing. Where additional equipment comes into scope during the contract period, details will be agreed between the supplier and the Council.

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.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Q.4B1a-General yearly turnover: the bidder should provide its general yearly turnover for the last 2 financial years. Bidders are required to have a minimum general annual turnover of 118 000 GBP for the last 2 financial years.

Q.4B3-Set up of economic operator: is it the case the information concerning turnover (general or specific) is not available for the entire period required? If so, please state the date on which the bidder was set up or started trading.

Q.4B4-Financial ratio: bidders are required to have a current ratio for the current year greater than 1,15 and a current ratio for the prior year greater than 1,15. The formula for calculating a bidder’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1,15.

Q.4B5b-Insurance-employer’s (compulsory) liability: bidders are required to hold or commit to obtaining 5 000 000 GBP of employer’s (compulsory) liability insurance.

Q.4B5c-Insurance-all other types listed: bidders are required to hold or commit to obtaining, prior to the commencement of the contract, the levels of all other types of insurance cover indicated.

1) Type of insurance — public liability: minimum amount 10 000 000 GBP.

2) Type of insurance — product liability: minimum amount 10 000 000 GBP.


Lefel(au) gofynnol y safonau sydd eu hangen:

Q.4B1a and Q.4B3 — Where a bidder does not have a minimum general annual turnover of 118 000 GBP the Council may exclude the bidder from the competition or may apply discretion seeking supporting evidence to determine the bidder’s suitability to proceed in the competition.

Q.4B4 — Where a bidder’s current ratio is less than 1,15 for the current or prior year the Council may exclude the bidder from the competition or may apply discretion seeking supporting evidence to determine the bidder’s suitability to proceed in the competition.

Q.4B5b — Where a bidder does not confirm that they already have or can commit to obtaining, prior to the commencement of the contract, 5 000 000 GBP of employer’s (compulsory) liability insurance, the Council may exclude the bidder from the competition.

Q.4B5c — Where a bidder does not confirm that they already have or can commit to obtaining, prior to the commencement of the contract

1) Type of insurance — public liability: minimum amount 10 000 000 GBP.

2) Type of insurance — product liability: minimum amount 10 000 000 GBP.

Then the Council may exclude the bidder from the competition.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Q.4C1.2 — Relevant examples: please provide one relevant example of supplies and/or services carried out during the last 3 years as specified (examples from both public and/or private sector customers and clients may be provided). Bidders are required to demonstrate experience of delivering the specified type and volume of goods and service in a similar environment. Bidders are required to provide one case studies in response to this question. The case study should demonstrate experience of delivering the specified type and volume of goods and service in a similar environment (as described in the Contract Notice and appended documents). The case study should also include:

1) The contract value;

2) The contract start and end date;

3) Client details.

The case study contract must have been delivered within the last 5 years and have been ongoing for at least a 1-year period. The bidder must be/have been the main supplier employed to deliver the case study contract and be able to provide evidence of this.

Q.4D1 — Certificates by independent bodies about quality assurance standards:

1) Health and safety: it is a mandatory requirement that tendering organisations with more than 5 employees have in place a health and safety policy which is approved at a senior level within the organisation and is reviewed regularly. Bidders are required to confirm that this condition has been met within their response to this question;

2) Protection of Vunerable Groups (PVG) Disclosure Scotland: the supplier is responsible for ensuring that its customer facing operatives are subject to a valid PVG-Disclosure Scotland check including a check against the adults' barred list and the children's barred list (in advance of the delivery on any service). Bidders are required to hold or commit to obtaining PVG-Disclosure Scotland checks including a check against the adults' barred list and the children's barred list, for customer facing operatives, in advance of the delivery on any service. Bidders should confirm that this condition will be met within their response to this question.


Lefel(au) gofynnol y safonau sydd eu hangen:

Q. 4C1.2 — Where a bidder does not demonstrate experience of delivering the specified type and volume of goods and service in a similar environment the Council may exclude the bidder from the competition.

Q.4D1:

1) Health and safety: where a bidding organisation with more than 5 employees does not have in place a health and safety policy which is approved at a senior level within the organisation and is reviewed regularly, the Council may exclude the bidder from the competition;

2) Protection of Vulnerable Groups (PVG) Disclosure Scotland: where bidders do not hold or commit to obtaining PVG — Disclosure Scotland checks including a check against the adults' barred list and the children's barred list, for customer facing operatives, in advance of the delivery on any service, the Council may exclude the bidder from the competition.

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: 3

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: 05/07/2019

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

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 05/07/2019

Amser lleol: 12:30

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

Dependant on extensions being undertaken it is envisaged that this opportunity will be re-advertised in between February and May 2021, 2022 or 2023.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau 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 website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=585412

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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The City of Edinburgh Council is committed to maximising social, economic and environmental benefits through the delivery of Council contracts (known as ‘Community Benefits’). As part of this contract the supplier appointed to service each lot of the Framework Agreement will be required to provide a minimum of 1 community benefit from the list of example community benefits in Appendix 1 of the tenderer's submission document appended to this notice.

(SC Ref:585412)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=585412

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Ffôn: +44 1314693922

Cyfeiriad(au) rhyngrwyd

URL: http://www.edinburgh.gov.uk

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or email to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may:

1) Award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose;

2) Be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5) Dyddiad anfon yr hysbysiad hwn

04/06/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
33192600 Cyfarpar cario ar gyfer y sector gofal iechyd Dodrefn meddygol
33196000 Cymhorthion meddygol Dyfeisiau a chynhyrchion meddygol amrywiol
33196200 Dyfeisiau i bobl anabl Cymhorthion meddygol
44115600 Lifftiau grisiau Ffitiadau adeiladau

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:
claudine.persaud@edinburgh.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.