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

Removal, Relocation and Warehouse Storage Services

  • Cyhoeddwyd gyntaf: 05 Mawrth 2020
  • Wedi'i addasu ddiwethaf: 05 Mawrth 2020

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:
The Renfrewshire Council
ID Awudurdod:
AA78340
Dyddiad cyhoeddi:
05 Mawrth 2020
Dyddiad Cau:
06 Ebrill 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
98392000 Gwasanaethau adleoli Gwasanaethau eraill
98340000 Gwasanaethau llety a swyddfeydd Gwasanaethau amrywiol
63120000 Gwasanaethau storfeydd a warysau Gwasanaethau trin a storio cargo
63122000 Gwasanaethau warws 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:
graeme.clark@renfrewshire.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.