Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Ffôn: +44 3003000300
E-bost: graeme.clark@renfrewshire.gov.uk
NUTS: UKM83
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.renfrewshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.1) Enw a chyfeiriad
Renfrewshire Leisure Ltd
The Lagoon Centre, Christie Street
Paisley
PA1 1NB
UK
Ffôn: +44 1416187390
E-bost: julie.telford@renfrewshire.gov.uk
NUTS: UKM83
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.renfrewshireleisure.com
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23182
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
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
Removal, Relocation and Warehouse Storage Services
Cyfeirnod: RC-CPU-18-500
II.1.2) Prif god CPV
63120000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Council is seeking to establish a multi supplier ranked framework agreement for removal, relocation and warehouse storage services for the Council and Renfrewshire Leisure Ltd.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 500 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Removal, Relocation and Warehouse Storage Services for Ad-hoc requirements
II.2.2) Cod(au) CPV ychwanegol
98340000
63122000
II.2.3) Man cyflawni
Cod NUTS:
UKM83
Prif safle neu fan cyflawni:
Renfrewshire.
II.2.4) Disgrifiad o’r caffaeliad
Service providers appointed onto the framework will be required to undertake the following related services:
Removal and relocation services: dis-assembly, removal or relocation and rebuild of office furniture items and storage units, monitor arms, desk power supplies from one office premises to another. Disposal and recycling of obsolete, defective or life expired items, processed to comply with Waste recycling and WEEE regulations.
Removal and warehouse storage services — removal of office furniture or equipment from a premises and delivered to and stored at the service providers warehouse storage facility using Inventory management storage techniques.
The Council would expect as a minimum the following items to be transported and be available at site:
Pallet skates, Qty 4
Hydraulic moving lifting trolleys with securing straps;CE test certificates Qty 1
Sack barrows, Qty 4
Double sided trolley with securing straps /cage for desks; Qty 2
For vehicle loading a tailgate loading or a vehicle lifting jib -all vehicles
Vehicle storage compartments /frame for safe distributed/securing of loads
Electric power tools Qty 4 for dismantling or assembling furniture items
Move storage crates
Toolkit Qty 4
Cleaning equipment
PPE safety wear
Lot 1 of the framework may also be utilised by Renfrewshire Leisure Ltd. Should Renfrewshire Leisure Limited award any contracts under the framework the contract shall be between Renfrewshire Leisure Ltd and the service provider.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Community benefits outcome menu
/ Pwysoliad: 3
Maes prawf ansawdd: Community benefits supporting methodology
/ Pwysoliad: 2
Maes prawf ansawdd: Fair work practices
/ Pwysoliad: 5
Maes prawf ansawdd: Methodology and approach for removal services and office accommodation changes
/ Pwysoliad: 10
Maes prawf ansawdd: Methodology and approach for warehouse storage of inventory or property
/ Pwysoliad: 2
Maes prawf ansawdd: Inventory procedure
/ Pwysoliad: 2
Maes prawf ansawdd: Warehouse storage facilities
/ Pwysoliad: 2
Maes prawf ansawdd: Training records
/ Pwysoliad: 3
Maes prawf ansawdd: Business continuity and contingency plan
/ Pwysoliad: 1
Price
/ Pwysoliad:
70
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 375 000.00 GBP
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:
The framework agreement will be for an initial period of three (3) years with the option, at the sole discretion of Renfrewshire Council, to extend the framework agreement for a period of one (1) year up to a maximum contract period of four (4) years.
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
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
Removal, Relocation and Warehouse Storage Services for Homeless Services
II.2.2) Cod(au) CPV ychwanegol
63120000
98392000
II.2.3) Man cyflawni
Cod NUTS:
UKM83
Prif safle neu fan cyflawni:
Renfrewshire.
II.2.4) Disgrifiad o’r caffaeliad
Service providers appointed onto the framework will be required to undertake the following related services:
Removal and relocation services — removal and relocation of furniture and personal belongings from one premises to another
Removal and warehouse storage services — removal of furniture and personal belongings from a premises and delivered to and stored at the service providers warehouse storage facility
The Council would expect as a minimum the following items to be transported and be available at site:
Pallet skates, Qty 4
Hydraulic moving lifting trolleys with securing straps;CE test certificates Qty 1
Sack barrows, Qty 4
For vehicle loading a tailgate loading or a vehicle lifting jib -all vehicles
Vehicle storage compartments/frame for safe distributed/ securing of loads
Electric Power tools Qty 4 for dismantling or assembling furniture items
Toolkit Qty 4
Cleaning equipment
PPE safety wear
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Community benefits outcome menu
/ Pwysoliad: 3
Maes prawf ansawdd: Community benefits supporting methodology
/ Pwysoliad: 2
Maes prawf ansawdd: Fair work practices
/ Pwysoliad: 5
Maes prawf ansawdd: Methodology and approach for removal services
/ Pwysoliad: 10
Maes prawf ansawdd: Methodology and approach for warehouse storage of property
/ Pwysoliad: 2
Maes prawf ansawdd: Inventory procedure
/ Pwysoliad: 2
Maes prawf ansawdd: Warehouse storage facilities
/ Pwysoliad: 2
Maes prawf ansawdd: Training
/ Pwysoliad: 3
Maes prawf ansawdd: Business continuity and contingency plan
/ Pwysoliad: 1
Price
/ Pwysoliad:
70
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 125 000.00 GBP
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:
The framework agreement will be for an initial period of three (3) years with the option, at the sole discretion of Renfrewshire Council, to extend the framework agreement for a period of one (1) year up to a maximum contract period of four (4) years.
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
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.1.1) 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:
Tenderers are required to be a member of the British Association of Removers (BAR) or an equivalent body.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
4B.5.1 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant contract notice (employer’s compulsory liability insurance).
4B.5.2 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant contract notice (For other insurances).
4B.6 Concerning any other economic or financial requirements, that may have been specified in the relevant contract notice, the bidder declares that:
Lefel(au) gofynnol y safonau sydd eu hangen:
4B.5.1 - 4B.5.3 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:
Lot 1
Employer’s (compulsory) liability insurance = minimum GBP 5 million
Public liability = minimum GBP 1 million
Building and contents insurance = bidders should provide evidence that their property policy extends to cover their clients’ assets in their custody and care. Bidders will be required to provide evidence by way of a letter from their insurance broker.
Statutory third party motor vehicle cover = GBP 5 million
Lot 2
Employer’s (compulsory) liability insurance = minimum GBP 5 million
Public liability = minimum GBP 1 million
Buildings and contents insurance = bidders should provide evidence that their property policy extends to cover their clients’ assets in their custody and care. Bidders will be required to provide evidence by way of a letter from their insurance broker.
Statutory third party motor vehicle cover = GBP 5 million
4B.6 The Council will use a Dun and Bradstreet (D&B) failure score of 20 or above.
It is recommended that bidders review their own D&B failure score in advance of submitting their ESPD submission. If, following this review, bidders consider that the D&B failure score does not reflect their current financial status; the bidder should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence.
Where the bidder is under no obligation to publish accounts and therefore does not have a D&B failure score, they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that the Council may assess these to determine the suitability of the bidder to undertake a contract of this size.
Where the bidder intends to sub-contract more than 25 % of any contract value of a single sub-contractor, the bidder may be required to provide a D&B comprehensive report on all the sub-contractors they intend to utilise. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
4C.1.2 For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last 3 years as specified in the contract notice:
4C.9 Please provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise:
4C.10 Please provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract.
4D.1 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons?
4D.2 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards?
Lefel(au) gofynnol y safonau sydd eu hangen:
4C.1.2 Bidders will be required to provide examples that demonstrate that they have relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU contract notice or the relevant section of the site notice. Bidders are required to provide two examples per lot the bidder is bidding for.
4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU contract notice or the relevant section of the site notice for the lot/lots the bidder is bidding for.
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4D.1 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
2) The bidder must have the following:
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
4D.2 Environmental management
1) The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
Or
2) The bidder must have the following:
Documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks.
III.2) Amodau sy’n gysylltiedig â’r contract
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.1.3) 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: 6
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: N/a
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:
06/04/2020
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:
03/09/2020
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
06/04/2020
Amser lleol: 12:00
Place:
Renfrewshire House, Paisley.
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
If the services are still required following expiry of the framework then a re-tender may take place.
VI.2) Gwybodaeth am lifau gwaith electronig
Derbynnir anfonebau electronig
VI.3) Gwybodaeth ychwanegol
The recommended tenderer(s) will be required to provide at request for documentation stage the following documents:
Health and safety questionnaire and supporting documents.
S1 equalities questionnaire
S2 equalities declaration
S3 tender compliance certificate
S4 no collusion certificate
S5 prompt payment certificate
S9 list of proposed domestic sub-contractors
QMS certification/policy
EMS certification/policy
Insurance certificates/broker letter
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15705. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:614810)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Please see Section VI.4.3
Please see Section VI.4.3
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.5) Dyddiad anfon yr hysbysiad hwn
02/03/2020