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

Cashless Catering & Nutritional Analysis System Upgrade including Support & Maintenance

  • Cyhoeddwyd gyntaf: 29 Hydref 2023
  • Wedi'i addasu ddiwethaf: 29 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-040fbb
Cyhoeddwyd gan:
Inverclyde Council
ID Awudurdod:
AA20655
Dyddiad cyhoeddi:
29 Hydref 2023
Dyddiad Cau:
27 Tachwedd 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Inverclyde Council’s Secondary Schools Cashless Catering Equipment and Software have been in place for over 20 years, the hardware and revaluation units are now beyond their use. Inverclyde Council are seeking a suitably qualified supplier to upgrade the Equipment and Software including a Nutritional Analysis system and provide ongoing support and maintenance.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Inverclyde Council

Procurement, Municipal Buildings, Clyde Square

Greenock

PA15 1LX

UK

Person cyswllt: Procurement Team

Ffôn: +44 1475712634

E-bost: procurement@inverclyde.gov.uk

NUTS: UKM83

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.inverclyde.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

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/esop/pts-host/public/pts/web/login.html


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/esop/pts-host/public/pts/web/login.html


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

Cashless Catering & Nutritional Analysis System Upgrade including Support & Maintenance

Cyfeirnod: CP0507/EDU

II.1.2) Prif god CPV

55512000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Inverclyde Council’s Secondary Schools Cashless Catering Equipment and Software have been in place for over 20 years, the hardware and revaluation units are now beyond their use. Inverclyde Council are seeking a suitably qualified supplier to upgrade the Equipment and Software including a Nutritional Analysis system and provide ongoing support and maintenance.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKM83

II.2.4) Disgrifiad o’r caffaeliad

Inverclyde Council’s Secondary Schools Cashless Catering Equipment and Software have been in place for over 20 years, the hardware and revaluation units are now beyond their use. Inverclyde Council are seeking a suitably qualified supplier to upgrade the Equipment and Software including a Nutritional Analysis system and provide ongoing support and maintenance.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Desirable Elements / Pwysoliad: 5%

Maes prawf ansawdd: Method Statement 1 - Implementation / Pwysoliad: 13%

Maes prawf ansawdd: Method Statement 2 - Support and Maintenance / Pwysoliad: 7%

Maes prawf ansawdd: Method Statement 3 - Contract Management / Pwysoliad: 4%

Maes prawf ansawdd: Method Statement 4 - Exit Plan / Pwysoliad: 1%

Maes prawf ansawdd: Fair Work First / Pwysoliad: 5%

Maes prawf ansawdd: Social Value Outcome Menu / Pwysoliad: 3%

Maes prawf ansawdd: Social Value Supporting Methodology / Pwysoliad: 2%

Price / Pwysoliad:  60%

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

Dechrau: 03/01/2024

Diwedd: 31/03/2029

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The Implementation Period will be from the Contract Award Date until the 31st March 2024.

Thereafter, the contract period for support and maintenance will run from 1st April 2024 to 31st March 2029, five years. With the option to extend for a further two years from 1st April 2029 to 31st March 2031 with a further option to extend for one year from 1st April 2031 to 31st March 2032.

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 58 of the Public Contracts (Scotland) Regulations 2015.

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:

Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet Assessment. In order to be considered, applicants must achieve one of the following:

(a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).

OR

(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).

APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANTS RESPONSIBILITY TO RAISE ANY QUERIES WIHT DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B CHECK.

You must provide your average yearly turnover for the last 2 years.

Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.

If you are unable to provide the turnover information required due to being exempt from submissions of full audited accounts, please provide an explanation on why you are exempt in response to this question.

If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.


Lefel(au) gofynnol y safonau sydd eu hangen:

4B.5.1a/4B.5.1b/4B.5.2 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: 5M GBP minimum

Public Liability: 5M GBP Minimum

Professional Risk Indemnity: 2M GBP Minimum

Data Protection/Cyber Risk Insurance: 100K GBP Minimum

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4C.1.2 Bidders will be required to provide two (2) examples of similar Cashless Catering & Nutritional Analysis System Upgrade including Support & Maintenance contracts within the last five (5) years that demonstrate that they have the relevant experience to deliver this contract in a public sector setting.


Lefel(au) gofynnol y safonau sydd eu hangen:

4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

4D.1 QUALITY MANAGEMENT PROCEDURES

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR hold the information contained in the supplier attachment area in PCS-T (file name "Evaluation & Award Criteria (Part IV: A)")

4D.1 HEALTH & SAFETY

The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the supplier attachment area in PCS-T (file name "Contract Notice Additional Information")

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: 27/11/2023

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 27/11/2023

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 58 of the Public Contracts (Scotland) Regulations 2015.

Tenderers will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certification, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate.

It will also be a condition of contract that Tenderers comply with Inverclyde Council`s Cashless Catering and Nutritional Analysis Terms and Conditions, Special Conditions of Contract, Specification (including compliance with ISO 27001;27002;27017;27018;22301) & Contract Information for Tenderers.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24910. 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:

Social Values form part of the technical evaluation criteria. 30 Social Value Points would be the Councils expectation over the lifetime of the contract including the extension periods. It will be a contractual requirement that the successful tenderer deliver the Community Benefits offered during the contract period.

(SC Ref:746059)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Greenock Sheriff Court and Justice of the Peace Court

Sheriff Court House, 1 Nelson Street

Greenock

PA15 1TR

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

27/10/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
55512000 Gwasanaethau rheoli ffreutur Gwasanaethau ffreutur

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:
procurement@inverclyde.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.