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

Supply of Building Cleaning Equipment

  • Cyhoeddwyd gyntaf: 21 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 21 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-044aa2
Cyhoeddwyd gan:
North Lanarkshire Council
ID Awudurdod:
AA20183
Dyddiad cyhoeddi:
21 Mawrth 2024
Dyddiad Cau:
01 Mai 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
39831300 Glanhawyr lloriau Cymysgeddau golchi
42995000 Peiriannau glanhau amrywiol Peiriannau amrywiol at ddiben arbennig
39713410 Peiriannau glanhau lloriau Dyfeisiau domestig trydanol ar gyfer glanhau; haearnau smwddio
39713430 Sugnwyr llwch Dyfeisiau domestig trydanol ar gyfer glanhau; haearnau smwddio
42999000 Sugnwyr llwch a dyfeisiau llathru lloriau annomestig Peiriannau amrywiol at ddiben arbennig

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:
Corporateprocurement@northlan.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.