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

Funeral Director Services

  • Cyhoeddwyd gyntaf: 01 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 01 Mawrth 2024

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:
ocds-h6vhtk-04443d
Cyhoeddwyd gan:
The City of Edinburgh Council
ID Awudurdod:
AA76329
Dyddiad cyhoeddi:
01 Mawrth 2024
Dyddiad Cau:
05 Ebrill 2024
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 intend to establish a single Lot Framework Agreement for the provision of Funeral Services under the terms of Section 87 of the Burial and Cremation Act (Scotland) 2016. This will include provision of funeral services, transport and storage of the deceased. In terms of Section 87 of the Burial and Cremation Act (Scotland) 2016, the Council has a duty to make funeral arrangements for any person who dies or is found dead within the Local Authority area where no other Local Authority is liable to make those arrangements and where no other person has come forward to make a suitable funeral arrangement for the deceased.

This Framework Agreement will be primarily used by the City of Edinburgh Council, but Midlothian Council may also use this Framework Agreement.

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: Nicole Sherry

E-bost: nicole.sherry@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.1) Enw a chyfeiriad

Midlothian Council

Midlothian House, Buccleuch Street

Dalkeith

EH22 1DN

UK

Ffôn: +44 1312707500

E-bost: procurement@midlothian.gov.uk

NUTS: UKM73

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.midlothian.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00336

I.2) Caffael ar y cyd

Mae a wnelo’r contract â chaffael ar y cyd

Yn achos caffael ar y cyd sy'n cynnwys gwahanol wledydd – cyfraith caffael genedlaethol berthnasol:

Midlothian Council will be able to call-off from this Framework Agreement.

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


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

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

Funeral Director Services

Cyfeirnod: CT1087

II.1.2) Prif god CPV

98370000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The City of Edinburgh Council intends to establish a single Lot Framework Agreement for the provision of Funeral Services under the terms of Section 87 of the Burial and Cremation Act (Scotland) 2016. This will include the provision of funeral services, transport and storage of the deceased.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 250 000.00 GBP

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

98370000

98371000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Edinburgh - Mortonhall Crematorium and Craigmillar Castle Park Cemetery. Please refer to tender documentation for further information.

II.2.4) Disgrifiad o’r caffaeliad

The City of Edinburgh Council intend to establish a single Lot Framework Agreement for the provision of Funeral Services under the terms of Section 87 of the Burial and Cremation Act (Scotland) 2016. This will include provision of funeral services, transport and storage of the deceased. In terms of Section 87 of the Burial and Cremation Act (Scotland) 2016, the Council has a duty to make funeral arrangements for any person who dies or is found dead within the Local Authority area where no other Local Authority is liable to make those arrangements and where no other person has come forward to make a suitable funeral arrangement for the deceased.

This Framework Agreement will be primarily used by the City of Edinburgh Council, but Midlothian Council may also use this Framework Agreement.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 70

Price / Pwysoliad:  30

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 Framework Agreement will be let for an initial period of two years with the option to extend for up to a further two 12-month 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: 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

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:

It is a mandatory requirement that the successful Provider is registered under the National Association of Funeral Directors (NAFD) or The National Society of Allied & Independent Funeral Directors (SAIF) and must follow the applicable Code of Conduct. Tenderers that do not meet these essential requirements, will be excluded from the tender process.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

This section refers to Section B of Part IV of the SPD (Scotland


Lefel(au) gofynnol y safonau sydd eu hangen:

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of GBP 125,000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:

- Current ratio for Current Year: at least 1.10

- Current ratio for Prior Year: at least 1.10

The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5b & c - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

a. Employers (Compulsory) Liability Insurance - GBP 5 million

b. Public and Product Liability Insurance - GBP 10 million

c. Professional Indemnity - GBP 5 million

d. Motor Vehicle Insurance on a fully comprehensive basis with an appropriate limit of indemnity as deemed by the Contractor

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the procurement tender documents and SPD.


Lefel(au) gofynnol y safonau sydd eu hangen:

Part IV: Selection Criteria – A: Service Contracts - Question 4A.2

It is a mandatory requirement that Providers are registered to The National Association of Funeral Directors (NAFD) OR The National Society of Allied and Independent Funeral Directors (SAIF) and that they follow the applicable Code of Conduct. Tenderers are required to confirm that they meet this mandatory requirement and provide evidence of such (e.g. registration certificate etc.) by way of attachment. Where a Tenderer does not demonstrate compliance to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.4 - Inclusion of prompt payment clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the framework agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties. Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.

Part IV: Selection criteria - D: Technical and Professional Ability – Question 4C.4 - Payment of the Real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the framework agreement (including any agency or sub-contractor staff), at least the Real Living Wage. Where a Tenderer does not commit to pay any staff that at least the Real Living Wage, the Council may exclude the Tenderer from the competition.

Part IV: Selection Criteria – C: Technical and Professional Ability – Question 4C.7 – Response to climate change emergency - Tenderers are required to provide evidence that their organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency). Tenderers must complete the Climate Change Plan Template, to supply information about their organisation’s carbon emissions sources and the steps that their organisation plans to take to reduce your carbon emissions, including any ongoing or completed plans. Responses do not need to include carbon emissions calculations. Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

Part IV: Selection criteria - D: Quality Assurance - Question 4D.1 - Health & Safety Policy - Tendering Organisations with more than 5 employees are required to have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. To demonstrate compliance Tenderers must attach their Health & Safety Policy. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council may exclude the Tenderer from the competition.

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

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

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: 05/04/2024

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: 5  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 05/04/2024

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

It is envisaged that this Contract opportunity will be advertised in the final quarter of 2025 if the extension options are not undertaken, otherwise, in the final quarter of 2026 or the final quarter of 2027.

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 ITT exercise. The Project code is 25372. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Please see document entitled 'CT1087 Community Benefits Guidance' for further information.

(SC Ref:754269)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Sherriff Court

27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

29/02/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
98371000 Gwasanaethau angladd Gwasanaethau angladd a gwasanaethau cysylltiedig
98370000 Gwasanaethau angladd a gwasanaethau cysylltiedig Gwasanaethau amrywiol

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:
nicole.sherry@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.