Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
UK
Person cyswllt: Laura Moffat
Ffôn: +44 1698302413
E-bost: Corporateprocurement@northlan.gov.uk
NUTS: UKM84
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.northlanarkshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
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
Supply of Building Cleaning Equipment
Cyfeirnod: NLC-SLP-23-109
II.1.2) Prif god CPV
39713410
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
North Lanarkshire Council has a requirement for the supply and delivery of a range of Hand-Operated Floor Cleaning and Floor-Care Equipment for use by the Authority’s Facility Support Services.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 475 000.00 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
39713430
39831300
42995000
42999000
II.2.3) Man cyflawni
Cod NUTS:
UKM84
II.2.4) Disgrifiad o’r caffaeliad
North Lanarkshire Council has a requirement for the supply and delivery of a range of Hand-Operated Floor Cleaning and Floor-Care Equipment for use by the Authority’s Facility Support Services for delivery to our stores at the Bellshill Depot in North Lanarkshire, ML4 3BH.
Items included are all within the details of requirement and pricing schedule.
In addition training on equipment and management of products in line with warranty expectations are included.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 25
Price
/ Pwysoliad:
75
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 475 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
48 months initial
12 months extension
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:
4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in
which they are established.
Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders must respond to SPD Questions 4B.4, 4B.4.1, 4B.5.1b, 4B.5.2 and 4B.5.3
The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:
Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing
Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.
Lefel(au) gofynnol y safonau sydd eu hangen:
4B.4 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Minimum standard required is acid test ratio score of 1.00 from latest published accounts.
4B.5.1b and 4B.5.2 - 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:
Employer’s (Compulsory) Liability Insurance = 10M GBP
Public Liability Insurance = 5M GBP
Products Liability Insurance = 5M GBP
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders must respond to SPD Questions 4C.1.2, 4C.4, 4C.10 & 4C.11.
The Bidder response to question 4C.1.2 for Technical and professional ability will be scored by an evaluation panel; Bidders must achieve
a pass to proceed to the award stage. If the bidder achieves a fail this will be deemed a failure to meet the Council's minimum standards for
Technical and professional Ability.
4D.1; - Scoring criteria is Pass/Fail - bidders must hold the specified requirements
Lefel(au) gofynnol y safonau sydd eu hangen:
4C.1.2 - Bidders will be required to provide 1 example that demonstrate that they have the relevant experience to deliver the
services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.
The example will be of a similar size, scope and value to the project being tendered for.
4C.4 - Should bidders intend to use a supply chain to deliver part or all of the requirements detailed within the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through their supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
Where the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which demonstrates how they will improve their payment performance
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4C.11 - Bidders will agree to supply the necessary samples, descriptions and photographs of the products offered.
4D.1 - The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN ISO 9001 (or equivalent).
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
See details of requirement document.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
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:
01/05/2024
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: 4 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
01/05/2024
Amser lleol: 12:00
Place:
Remotely via Microsoft Teams.
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
As per General Contract Standing Orders.
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
Depending on future budgets the Council may procure a replacement agreement.
VI.3) Gwybodaeth ychwanegol
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26399. 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:
See tender documents.
(SC Ref:761487)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Scottish Courts
Edinburgh
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.
VI.5) Dyddiad anfon yr hysbysiad hwn
20/03/2024