Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The City of Edinburgh Council
4 East Market Street
Edinburgh
Eh8 8BG
UK
Person cyswllt: Ben Fulton
Ffôn: +44 1315296432
E-bost: ben.fulton@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.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
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
Passenger Transport Framework Agreement
Cyfeirnod: CT1094
II.1.2) Prif god CPV
60120000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The City of Edinburgh Council intends to establish a Framework Agreement for the purpose of transport by taxi, private hire car or coach for a range of transport services including home to school transport for pupils and transport for a range of vulnerable services users. This Framework Agreement will be divided into Lots to cover unescorted and escorted travel arrangements, mainly within the city of Edinburgh.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 60 000 000.00 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
Vehicle and Driver - Unescorted
II.2.2) Cod(au) CPV ychwanegol
60140000
60170000
60120000
60130000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
II.2.4) Disgrifiad o’r caffaeliad
Vehicle and Driver – Unescorted. No specialist care, or equipment required including out of authority
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
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:
It is the intention of the Council that any Contract resulting from this ITT will commence on July 2024 for a period of two years with the option to extend for up to two periods of up to twelve months each, 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
Rhif y Lot 2
II.2.1) Teitl
Vehicle, Driver and Passenger Assistant
II.2.2) Cod(au) CPV ychwanegol
60140000
60170000
60120000
60130000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
II.2.4) Disgrifiad o’r caffaeliad
Vehicle, Driver and Passenger Assistant including out of authority. Specialist vehicle and/or equipment may be required for the transport of vulnerable children and adults.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
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:
It is the intention of the Council that any Contract resulting from this ITT will commence on July 2024 for a period of two years with the option to extend for up to two periods of up to twelve months each, 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
Rhif y Lot 3
II.2.1) Teitl
Unescorted Passenger Transport
II.2.2) Cod(au) CPV ychwanegol
60120000
60140000
60170000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
II.2.4) Disgrifiad o’r caffaeliad
The Contractor will be required to operate a high quality, reliable, responsive and cost effective pre-booked vehicle hire service for unescorted passenger journeys on behalf of the City of Edinburgh Council (the Council) to meet transport requirements for the following user groups:
Health and Social Care clients, approximately 48% of Framework Agreement usage - e.g. journeys to and from day centres and activities
Children and Families clients, approximately 40% of Framework Agreement usage - e.g. journeys to and from school and activities
Homeless persons accessing Council services, approximately 4% of Framework Agreement usage - e.g. journeys to and from temporary accommodation
Council staff and Councillors, approximately 8% of Framework Agreement usage - e.g. journeys to and from Council Offices
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
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:
It is the intention of the Council that any Contract resulting from this ITT will commence on July 2024 for a period of two years with the option to extend for up to two periods of up to twelve months each, 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
Rhif y Lot 4
II.2.1) Teitl
Unescorted Passenger Transport
II.2.2) Cod(au) CPV ychwanegol
60170000
60120000
60130000
60140000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
II.2.4) Disgrifiad o’r caffaeliad
Requirements for school coach trips and associated services, including but not limited to booking travel (such as ferries) and accommodation, trips and tour guides, and any other related services as determined by the scope of a particular trip. home to school transport fixed routes and ad hoc requirements from time to time on a temporary basis, for example for the purpose of accessing education-related extra-curricular activities (estimated overall requirement is 150 routes).
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
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:
It is the intention of the Council that any Contract resulting from this ITT will commence on July 2024 for a period of two years with the option to extend for up to two periods of up to twelve months each, 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:
The following requirements are needed for Lots 1, 2 and 3;
Home to school transport will require contracts to be fulfilled by taxi/PHV/PSV licensed drivers in appropriate vehicles.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Tenderers are required to have a minimum “general” annual turnover of as detailed in the grid below 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.
The turnover sought will be used throughout the lifetime of the framework and the Council may limit the award of contracts from this framework should a Tenderer’s turnover be below the expected level for the maximum value as detailed below.
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio are detailed below. 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.
The current sought will be used throughout the lifetime of the framework and the Council may limit the award of contracts from this framework should a Tenderer’s current ratio be below the maximum of each stage detailed below.
Lefel(au) gofynnol y safonau sydd eu hangen:
Turnover requirements;
Annual Contract value; Over GBP500,000 Turnover required; GBP1,000,000
Annual Contract value; GBP400,000 to GBP500,000 Turnover required; GBP800,000 to GBP1,000,000
Annual Contract value; GBP300,000 to GBP400,000 Turnover required;GBP600,000 to GBP800,000
Annual Contract value; GBP200,000 to GBP300,000 Turnover required;GBP400,000 to GBP600,000
Annual Contract value; GBP100,000 to GBP200,000 Turnover required;GBP200,000 to GBP400,000
Annual Contract value; GBP50,000 to GBP100,000 Turnover required; GBP100,000 to GBP200,000
Annual Contract value; GBP25,000 to GBP50,000 Turnover required; GBP50,000 to GBP100,000
Annual Contract value; Up to GBP50,000 Turnover required; GBP100,000
Current ratio requirements;
Annual Contract value; Over GBP500,000; Current Ratio Sought 1.20
Annual Contract value; GBP400,000 to GBP500,000; Current Ratio Sought 1.20
Annual Contract value; GBP300,000 to GBP400,000; Current Ratio Sought 1.15
Annual Contract value; GBP200,000 to GBP300,000; Current Ratio Sought 1.15
Annual Contract value; GBP100,000 to GBP200,000; Current Ratio Sought 1.10
Annual Contract value; GBP50,000 to GBP100,000; Current Ratio Sought 1.10
Annual Contract value; GBP25,000 to GBP50,000; Current Ratio Sought 1.10
Annual Contract value; Up to GBP50,000; Current Ratio Sought 1.10
III.2) Amodau sy’n gysylltiedig â’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.
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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-019110
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
26/04/2024
Amser lleol: 14:00
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:
29/04/2024
Amser lleol: 14:00
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
Part IV: Selection criteria - C: Technical and Professional Ability – Question 4C.4 (A) - 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.4 (B) - 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 - C: Technical and Professional Ability – Question 4C.7 Lots 3 & 4 Only - 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 (text should be no smaller than Arial or Calibri Font size 10), 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(A) - 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.
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.2 – Disclosure - Staff who deliver services to Children must have PVG clearance. Please refer to https://www.mygov.scot/disclosure -types/ for guidance. Where the Tenderer does not commit to obtaining Disclosure Checks for all relevant staff, the Council will exclude the Tenderer from the competition. Please indicate your organisations’ intention to commit to this requirement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25925. 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:
Further information can be found in the Specifications and Tenderers' Submissions.
(SC Ref:761558)
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
26/03/2024