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

Passenger Transport Framework Agreement

  • Cyhoeddwyd gyntaf: 27 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 27 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-03def2
Cyhoeddwyd gan:
The City of Edinburgh Council
ID Awudurdod:
AA76329
Dyddiad cyhoeddi:
27 Mawrth 2024
Dyddiad Cau:
26 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 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.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
60130000 Cerbydau arbenigol Gwasanaethau trafnidiaeth ffyrdd
60120000 Clociau tacsis Gwasanaethau trafnidiaeth ffyrdd
60140000 Cludiant teithwyr heb ei drefnu Gwasanaethau trafnidiaeth ffyrdd
60170000 Llogi cerbydau cludo teithwyr gyda gyrrwr Gwasanaethau trafnidiaeth ffyrdd

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:
ben.fulton@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.