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

Cleaning Equipment

  • Cyhoeddwyd gyntaf: 27 Hydref 2023
  • Wedi'i addasu ddiwethaf: 27 Hydref 2023

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-03d6a4
Cyhoeddwyd gan:
The City of Edinburgh Council
ID Awudurdod:
AA76329
Dyddiad cyhoeddi:
27 Hydref 2023
Dyddiad Cau:
28 Tachwedd 2023
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 (the Council) intends to appoint a maximum of four Contractors to a ranked Framework Agreement for the supply of cleaning equipment. The Facilities Management Team are responsible for ensuring the cleanliness of buildings across the Council including, schools, libraries and corporate buildings and require a range of cleaning equipment to fulfil this responsibility.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

E-bost: nicole.sherry@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'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


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

Cleaning Equipment

II.1.2) Prif god CPV

42990000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

The City of Edinburgh Council (the Council) intends to establish a ranked Framework Agreement for the Supply and Repair of Cleaning Equipment.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 000 000.00 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

Supply of Cleaning Equipment

II.2.2) Cod(au) CPV ychwanegol

39713410

39713430

39800000

39831300

42995000

39700000

42900000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Edinburgh

II.2.4) Disgrifiad o’r caffaeliad

The City of Edinburgh Council (the Council) intends to appoint a maximum of four Contractors to a ranked Framework Agreement for the supply of cleaning equipment. The Facilities Management Team are responsible for ensuring the cleanliness of buildings across the Council including, schools, libraries and corporate buildings and require a range of cleaning equipment to fulfil this responsibility.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40

Maen prawf cost: Cost / Pwysoliad: 60

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 24

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

This Framework Agreement will be let for a period of two years with the option to extend for a further two 12-month periods, 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

Repair and Maintenance of Cleaning Equipment

II.2.2) Cod(au) CPV ychwanegol

50000000

50530000

50800000

42900000

39700000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Edinburgh

II.2.4) Disgrifiad o’r caffaeliad

The Facilities Management Team are responsible for ensuring the cleanliness of buildings across the City of Edinburgh Council (the Council) including, schools, libraries and corporate buildings. The Council intends to appoint a maximum of four Contractors to a ranked Framework Agreement to provide a repair and maintenance service for cleaning equipment. This Lot will include scheduled annual PAT Testing, reactive repairs in the event of equipment breakdown and the disposal of equipment that is beyond economical repair.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40

Maen prawf cost: Cost / Pwysoliad: 60

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 24

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

This Framework Agreement will be let for a period of two years with the option to extend for a further two 12-month periods, 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:

Please see the tender documentation.

All tenderers must be suitably qualified to deliver the required products and services.

Tenderers in Lot 2 must have the relevant training to provide PAT testing.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

This section refers to Section B of Part IV of the SPD (Scotland)


Lefel(au) gofynnol y safonau sydd eu hangen:

Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Contractors are required to have a minimum "general turnover" of GBP 300,000 LOT 1, GBP 200,000 LOT 2 for the last two financial years. Where a Contractor does not have an annual turnover of this value, the Council may exclude the Contractor from the competition or may apply discretion seeking supporting evidence to determine the contractor's suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required to provide the following information in response to 4B.4:

Current ratio for each of the previous two years: 1.10

The formula for calculating a Contractor's current ratio is current assets divided by current liabilities. the acceptable range for each financial ratio is greater than 1.10. Where a Contractor's current ratio is less than the acceptable value, the Council may exclude the Contractor from the competition of may apply discretion seeking supporting evidence to determine the Contractor's suitability to proceed in the competition.

If the Contractor is bidding for both Lots, then the turnover requirement is the sum of the turnover amounts for each Lot (GBP 500,000). However, the current ratio remains at 1.10.

Part IV: Selection criteria - B: Economic and financial standing - 4B.5 - Contractor's are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

a) Public Liability Insurance: minimum of GBP 5 million

b) Product Liability Insurance: minimum of GBP 5 million

c) Employee Liability Insurance: minimum of GBP 5 million

d) Vehicle Motor Insurance: minimum of GBP 5 million

Where a Contractor does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Contractor from the competition.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the procurement tender documents.


Lefel(au) gofynnol y safonau sydd eu hangen:

Contract Specific Mandatory Criteria:

It is a mandatory requirement of this Framework Agreement that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled.

Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the Framework Agreement, and/or any subsequent call off contract (including any agency or sub-contractor staff) directly involved in the delivery of the Framework Agreement, and/or any subsequent call off contract), at least the real Living Wage.

It is a mandatory requirement that tendering organisation's with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the organisation and is reviewed regularly. 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 - C: Environmental Management Measures - Question 4C.7.

Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to the provision of a carbon reduction plan.

Where a tenderer's response does not meet these required standards, 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.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’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.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 8

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 000-017053

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 28/11/2023

Amser lleol: 10:00

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: 28/11/2023

Amser lleol: 10:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

October 2025 if no extension option is utilised, otherwise October 2027 if an extension is undertaken.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24779. 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:

The City of Edinburgh Council's Community Benefits will apply to this Framework Agreement as outlined in the document titled CT2991 Community Benefits Guidance which is available to download through PCS-T.

(SC Ref:747596)

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

26/10/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
39800000 Cynhyrchion glanhau a llathru Dodrefn (gan gynnwys dodrefn swyddfa, eitemau dodrefnu, dyfeisiau domestig (heb gynnwys goleuadau) a chynhyrchion glanhau
39700000 Dyfeisiau domestig Dodrefn (gan gynnwys dodrefn swyddfa, eitemau dodrefnu, dyfeisiau domestig (heb gynnwys goleuadau) a chynhyrchion glanhau
39831300 Glanhawyr lloriau Cymysgeddau golchi
50000000 Gwasanaethau atgyweirio a chynnal a chadw Gwasanaethau eraill
50800000 Gwasanaethau atgyweirio a chynnal a chadw amrywiol Gwasanaethau atgyweirio a chynnal a chadw
50530000 Gwasanaethau atgyweirio a chynnal a chadw peiriannau Gwasanaethau atgyweirio a chynnal a chadw ar gyfer pympiau, falfiau, tapiau a pheiriannau a chynwysyddion metel
42990000 Peiriannau amrywiol at ddiben arbennig Peiriannau amrywiol at ddibenion cyffredinol ac arbennig
42900000 Peiriannau amrywiol at ddibenion cyffredinol ac arbennig Peiriannau diwydiannol
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

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:
nicole.sherry@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.