Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Moray Council
High Street
Elgin
IV30 1BX
UK
Ffôn: +44 1343563137
E-bost: procurement@moray.gov.uk
NUTS: UKM62
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.moray.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
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
Elgin Active Youth Engagement Bus
Cyfeirnod: 18/1144
II.1.2) Prif god CPV
80310000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
We are looking to contract with a suitably qualified youth organisation, with evidenced good local knowledge, to manage the Elgin Youth Engagement bus, delivering a wide range of high-quality engagement opportunities and activities, which will be co-produced alongside young people in order that they are relevant and of interest to those aged 11 years and up.
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
98133110
II.2.3) Man cyflawni
Cod NUTS:
UKM62
Prif safle neu fan cyflawni:
Elgin
II.2.4) Disgrifiad o’r caffaeliad
As per specification documents attached to PCST.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 90
Price
/ Pwysoliad:
10
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 140 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/04/2025
Diwedd:
31/03/2026
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
1 x 12 month option to extend.
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
II.2.14) Gwybodaeth ychwanegol
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders are required to have a minimum turnover as stated below.
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer's (Compulsory) Liability: 5,000,000 FIVE MILLION GBP
Public Liability: 5,000,000 FIVE MILLION GBP
Lefel(au) gofynnol y safonau sydd eu hangen:
Bidders will be required to have a minimum “general” yearly turnover of 140,000 GBP for the last 3 years.
Bidders are required to hold the following insurances
Employer's (Compulsory) Liability: 5,000,000 FIVE MILLION GBP
Public Liability: 5,000,000 FIVE MILLION GBP
The bidder is required to confirm that (to the best of their knowledge) there are no material post balance sheet events or other business issues arising since the date of the last audited financial statements that materially impact the economic and financial standing of the economic operator.
Where the operator is not able to make such a conformation, full details of the relevant events shall be provided along with an explanation of the expected impact on the bidders economic and financial standing.
The bidder is required to provide a copy of the last 2 or 3 audited financial statements as evidence of their compliance to meet their statutory obligations.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Minimum number of relevant examples: 2
Requirement: Please provide two examples of how you have successfully delivered similar services in a similar organisation, detailing how you successfully delivered the service requirements and how you addressed any issues and risks in order to deliver services on time and within budget.
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.1.8) 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:
19/03/2025
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: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
19/03/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28579. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:790642)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
17/02/2025