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

Temporary Labour for Glasgow Subway

  • Cyhoeddwyd gyntaf: 24 Mawrth 2020
  • Wedi'i addasu ddiwethaf: 24 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:
Strathclyde Partnership for Transport (Utilities)
ID Awudurdod:
AA61595
Dyddiad cyhoeddi:
24 Mawrth 2020
Dyddiad Cau:
27 Ebrill 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Supply of temporary worker support across various rail based disciplines.

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Strathclyde Partnership for Transport (Utilities)

131, St Vincent Street

Glasgow

G2 5JF

UK

Person cyswllt: Anne Finlay

Ffôn: +44 1413333786

E-bost: procurement@spt.co.uk

Ffacs: +44 1413333224

NUTS: UKM82

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.spt.co.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA17342

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.6) Prif weithgaredd

Arall: Transport

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Temporary Labour for Glasgow Subway

II.1.2) Prif god CPV

79620000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

SPT are seeking to set up a framework for temporary worker support across the various rail based disciplines.

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

79620000

II.2.3) Man cyflawni

Cod NUTS:

UKM82


Prif safle neu fan cyflawni:

Glasgow.

II.2.4) Disgrifiad o’r caffaeliad

Supply of temporary worker support across various rail based disciplines.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Pass/Fail: compliance with IR35 / Pwysoliad: NA

Maes prawf ansawdd: Account management / Pwysoliad: 40

Maes prawf ansawdd: Recruitment service / Pwysoliad: 30

Maes prawf ansawdd: Managing competence and performance / Pwysoliad: 15

Maes prawf ansawdd: Risks and mitigations / Pwysoliad: 10

Maes prawf ansawdd: Community benefits / Pwysoliad: 5

Price / Pwysoliad:  60

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:

An extension of 12 months will be awarded at the sole discretion of SPT.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Y nifer o gyfranogwyr a ragwelir: 5

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

SPT envisage a number of 5 organisations will be awarded to the framework. Organisations will only be ranked for award purposes. Call-offs from the framework work will be made directly to any supplier awarded to the framework for any value. However, SPT reserve the right to conduct mini-comps from the framework if required. Mini-comps will be conducted across all organisations on the framework.

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:

The bidder is enrolled in the relevant professional or trade register kept in the Member State of its establishment.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

With regards ESPD question 4B.6 Strathclyde Partnership for Transport intends to use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability and will be taken forward to the technical evaluation within the ESPD.

Candidates must review and submit a copy of their own Dun and Bradstreet Score. If following this review tenderers consider that the Dun and Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun and Bradstreet score 51) from a recognised credit referencing agency.

In the event that the tenderer is not required to publish accounts and therefore does not have a Dun and Bradstreet or equivalent rating, tenderers must provide 2 years financial accounts. SPT will then conduct an analysis of the accounts to ensure that there is no significant financial risk.

Please note the 2 years accounts, must include financial data over a 3 year period. SPT will review any such information as part of the evaluation of the tenderer's financial status.

In the event that a tenderer does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.

Please note that a score below 51 or equivalent or where SPT have reviewed your accounts and evidence and deemed this to be a high risk of failure your submission will not be considered as having met this criteria and will therefore be discounted at ESPD stage and will not be taken forward for further ESPD evaluation.


Lefel(au) gofynnol y safonau sydd eu hangen:

Tenderers with a failure score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability and will be taken forward to the technical evaluation within the ESPD.

For those who don't achieve the failure score and provides 2 years accounts, which must include financial data over a 3 year period. SPT will review any such information as part of the evaluation of the tenderer's financial status. In the event that the bidder does not have a Dun and Bradstreet rating or they consider that the rating has been adversely affected by factors which they can offer mitigating evidence for, we will use the following ratios to evaluate a bidder’s financial status. Bidders must confirm within their response to the relevant question within the qualification envelope, the name and value of the 3 financial ratios listed below as taken from their own accounts.

1) Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

2) Liquidity – this value is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio;

3) Gearing – this value is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100 % it is considered a pass for this ratio.

Financial ratios: Where 2 out of the 3 ratios cannot be met, we may then take account of other factors (including those listed below) when assessing financial viability and the risk to the organisation, providing that the Bidder can submit acceptable evidence to substantiate any of the mitigating criteria.

With reference to ESPD 4B.5, it is a requirement of the contract that bidders hold or can commit to obtain prior to the commencement of any contract, the types and levels of insurance indicated below:

The contractor shall effect with an insurance company or companies acceptable to SPT a policy or policies of insurance in respect of all of the services and the matters which are the subject of the indemnities on the part of the contractor contained in this contract and such insurance will provide cover for the actions of all of the contractor's personnel, without prejudice to the generality of this paragraph, the policies will include; professional liability Insurance in the sum of no less than GBP 1 000 000 public liability insurance in the sum of no less than GBP 10 000 000 and employers' liability insurance in the sum of no less than GBP 5 000 000 at least, each in respect of any one incident and unlimited in total, unless otherwise agreed by SPT in writing.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

In respect of Question 4.C.1

Two examples of other frameworks of similar size, value and nature in the past 5 years in respect of question 4D.1 the tenderers must provide:

1) Description of how customer relationships were managed in framework contracts of a similar nature to ensure contractual disputes did not occur; and

2) State whether your organisation has been involved in contractual disputes in framework contracts of a similar nature in the past five years and if so describe how your organisation strived to resolve them amicably.


Lefel(au) gofynnol y safonau sydd eu hangen:

Each example will be scored from 0-4. SPT reserve the right to discards any submission scores less than two in either example.

III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

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: 5

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: 27/04/2020

Amser lleol: 10:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 11/05/2020

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: 30/09/2020

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 14532. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

SPT expect that IR35 will apply to this contract and those organisations successful in being invited to tender will require to answer a pass/fail question under the technical evaluation to explain how your organisation will ensure that tax is collected and paid to the HMRC. Any submission which is awarded a ‘fail’ to this question will be set aside.

The buyer is using PCS-Tender to conduct this PQQ exercise. The project code is 14532. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

Community benefits will be evaluated at ITT stage. Please see the ITT evaluation information contained within Volume 0 of the tender documentation.

(SC Ref:618703)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Glasgow Sherriff and Justice of the Peace Court

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

UK

Ffôn: +44 1414298888

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Glasgow Sherriff and Justice of the Peace Court

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

UK

Ffôn: +44 1414298888

VI.5) Dyddiad anfon yr hysbysiad hwn

20/03/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79620000 Gwasanaethau cyflenwi personél gan gynnwys staff dros dro Gwasanaethau recriwtio

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:
procurement@spt.co.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.