Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
UK
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 and Delivery of Heavy Duty Open Hooklift Container Skips
Cyfeirnod: NLC–CPT-23-059
II.1.2) Prif god CPV
44613700
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
North Lanarkshire Council operates six Household Waste Recycling Centres (HWRC) throughout it geographic region that allows residents to dispose and recycle their waste that is not suitable for collection via the councils kerbside collection services or not willing to utilise the councils special uplift / bulky waste service.
To enable operation of the HWRC sites, the council require multiple large container type skips to collect waste in designated streams e.g. general refuse, paper / cardboard, wood, etc. This is a key aspect of HWRC operations as it enables maximum operation and capacity objectives for each site.
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
44613700
34928480
44613000
44613400
44613600
44613800
II.2.3) Man cyflawni
Cod NUTS:
UKM84
II.2.4) Disgrifiad o’r caffaeliad
Requirement of this procedure include the provision of Heavy duty open container skip subframe to suit standard 3 & 4 axle rigid hooklift vehicles. To be manufactured in full accordance with the CHEM (Container Handling Equipment Manufacturer’s Association) Technical Standards No 8.
Skips reuqired are to have a minimum 40 cubic yards capacity and dimensions of circa Height 2385mm x Depth 2400mm x Length 5791mm
The full Specification of the requirements is detailed within Annex 1 of the ITT document located within the PCS-Tender System.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Product Offering
/ Pwysoliad: 22
Maes prawf ansawdd: Delivery Approach and Timescales
/ Pwysoliad: 10
Maes prawf ansawdd: Warranty Period
/ Pwysoliad: 6
Maes prawf ansawdd: Added Value / Innovation
/ Pwysoliad: 4
Maes prawf ansawdd: Carbon Reduction / Net Zero
/ Pwysoliad: 2
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 2
Maes prawf ansawdd: Community Benefits Methodology
/ Pwysoliad: 2
Maes prawf ansawdd: Community Benefits Offering Menu
/ Pwysoliad: 2
Price
/ Pwysoliad:
50
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 4
Gall y contract hwn gael ei adnewyddu: Na
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:
Ydy
Disgrifiad o’r opsiynau:
The maximum budget within the Agreement is 250,000 GBP and it is anticipated that the Council will purchase a maximum of 40 (forty) heavy duty open hooklift container skips as specified.
Should the Council be unable to purchase the anticipated 40 skips within the budget detailed then it will purchase the maximum number available within the budget outlined.
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.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Further information on contract performance conditions is located within the Annex 7 of ITT document within the PCS-Tender System.
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:
17/11/2023
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:
17/11/2023
Amser lleol: 12:00
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change at the Councils sole discretion.
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
Tenderers are encouraged to review and familiarise themselves with the ITT document located within the Supplier Attachment Area of the PCS Tender System prior to submitting a Tender.
---
Bidders must complete the SPD (Scotland) within the Qualification Envelope of the PCS-Tender System as part of their submitted Tender.
Full details of the selection criteria, minimum requirements and any associated assessment approach are as stated in the procurement documents / PCS-Tender System.
All Tenderers must also complete the required Technical and Commercial Envelopes within the PCS-Tender System as instructed.
---
Late Tenders will not be considered under any circumstances.
The Council will not provide additional notification to any Bidder of the rejection of a late Tender.
For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council.
The Council reserves the right to exclude any unclear, erroneous, qualified and / or incomplete Tenders received.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25318. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 on Community Benefits is located within the Annex 2 of ITT document and Technical Envelope within the PCS-Tender System
(SC Ref:747342)
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 Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Courts or the Court of Session.
VI.5) Dyddiad anfon yr hysbysiad hwn
13/10/2023