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

KMCCW-020 Supply and Delivery of Soft and Alcoholic Drinks, Bar Accessories and Temporary Bar Equipment

  • Cyhoeddwyd gyntaf: 02 Medi 2021
  • Wedi'i addasu ddiwethaf: 02 Medi 2021

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:
Cyhoeddwyd gan:
The Council of the Borough of Kirklees
ID Awudurdod:
AA20279
Dyddiad cyhoeddi:
02 Medi 2021
Dyddiad Cau:
05 Hydref 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Contract for the supply and delivery of soft and alcoholic drinks, bar accessories and temporary bar equipment to various establishments throughout the Kirklees district.

One Supplier will be appointed following this procurement process to deliver all of the Council’s requirements as a ‘one stop shop’.

The anticipated commencement date for the Contract is 10 January 2022. The anticipated expiry date for the Contract is 9 January 2024, with the option to extend at the Councils discretion for a further two periods of 12 months, making the final possible expiry date, 9 January 2026.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Council of the Borough of Kirklees

Town Hall, Ramsden Street

Huddersfield

HD1 2NF

UK

Person cyswllt: Belinda Rickerby

Ffôn: +44 1484221000

E-bost: belinda.rickerby@kirklees.gov.uk

NUTS: UKE44

Cyfeiriad(au) rhyngrwyd

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

Cyfeiriad proffil y prynwr: http://www.kirklees.gov.uk

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

www.yortender.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

www.yortender.co.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

KMCCW-020 Supply and Delivery of Soft and Alcoholic Drinks, Bar Accessories and Temporary Bar Equipment

Cyfeirnod: DN554410

II.1.2) Prif god CPV

15900000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

Contract for the supply and delivery of soft and alcoholic drinks, bar accessories and temporary bar equipment to various establishments throughout the Kirklees district.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 240 000.00 GBP

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

15910000

15930000

15940000

15950000

15960000

15980000

II.2.3) Man cyflawni

Cod NUTS:

UKE44


Prif safle neu fan cyflawni:

Kirklees, West Yorkshire, UK

II.2.4) Disgrifiad o’r caffaeliad

Contract for the supply and delivery of soft and alcoholic drinks, bar accessories and temporary bar equipment to various establishments throughout the Kirklees district.

One Supplier will be appointed following this procurement process to deliver all of the Council’s requirements as a ‘one stop shop’.

The anticipated commencement date for the Contract is 10 January 2022. The anticipated expiry date for the Contract is 9 January 2024, with the option to extend at the Councils discretion for a further two periods of 12 months, making the final possible expiry date, 9 January 2026.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40

Maes prawf ansawdd: Social Value / Pwysoliad: 10

Price / Pwysoliad:  50

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 240 000.00 GBP

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: 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: 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

This exercise is an open procedure in accordance with the requirements under Regulation 27 of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the Goods described in the procurement documents which can be found at www.yortender.co.uk

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:

In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI2015/102) (the

Regulations'),which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire ('SQ') within the Tenderers' Submission Document, which is available to download at: https://www.yortender.co.uk/procontract/supplier.nsf or is available at the address set out in Sections I.1) and I.3) of this Notice above.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the procurement documents.


Lefel(au) gofynnol y safonau sydd eu hangen:

See Section 4 of the SQ (available to download at www.yortender.co.uk):

Economic operators must be able to submit either a copy of the audited accounts for the most

recent two (2) years if requested. If it cannot, then it must provide either:

a) a statement of the turnover, Profit and Loss Account/ Income Statement, Balance Sheet/Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation;

b) a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or

c) alternative means of demonstrating financial status if any of the above are not available

(e.g. forecast of turnover for the current year and a statement of funding provided by the

owners and/or the bank, charity accruals accounts or an alternative means of demonstrating

financial status).

Economic operators must also confirm whether or not they are part of a wider group (e.g. a

subsidiary of a holding/parent company), and if so must provide confirmation of:

a) the name of the organisation;

b) the relationship to the economic operator completing the SQ; the organisation's company

accounts (if available); and confirmation on whether or not this organisation would be willing

to provide a guarantee if necessary, and if not would the economic operator be able to obtain

a guarantee elsewhere (e.g. from a bank)

Insurance -

See Section 8.1 of the SQ (available to download at: https://www.yortender.co.uk).

Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the commencement date of the Contract, the levels of insurance cover indicated below:

a) Employer's (Compulsory) Liability Insurance £10,000,000 (in relation to any one claim or series of claims);

b) Public Liability Insurance, including Product Liability Insurance £10,000,000 (in relation to any one claim or series of claims); and

c) Product Liability Insurance £10,000,000 (in relation to any one claim or series of claims).

Insurance -

See 8.1 of the SQ (available to download at: (https://www.yortender.co.uk).

Failure to indicate 'Yes' to any of the required insurances stated in Section 8.1 will result in

exclusion.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Relevant experience -

Economic operators are asked to provide examples of relevant experience in accordance

with the requirements set out within Section 6 of the SQ (available to download at:

https://www.yortender.co.uk).


Lefel(au) gofynnol y safonau sydd eu hangen:

Relevant experience –

See Section 6 of the SQ (available to download at: https://www.yortender.co.uk).

Pass - The Candidate has provided EITHER:

a) at least one example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with this Contract;

OR

b) a satisfactory reason as to why the economic operator is unable to provide any examples of previous contracts that are relevant to the contracting authority's requirements under the Contract, and that meets the minimum requirements set out in Section 6.3 of the SQ.

HOWEVER, economic operators are asked to note that:

c) If economic operators need to use more than one example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of three (3) examples.

d) The contracting authority reserves the right to confirm the accuracy of any information provided in response to Section 6 of the SQ with any named customer contact(s). Any replies from any named customer contact(s)which lead the contracting authority, acting reasonably, to doubt any significant representations made in the economic operator's responses to Section 6 may result in exclusion.

Fail - The economic operator:

a) has failed to provide any examples of any previous contracts in response to Section 6 of

the SQ;

AND

b) has failed to provide a satisfactory reason as to why they were unable to provide any

examples;

c) the examples given in response to Section 6 of the SQ do not demonstrate to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted this Contract

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: 05/10/2021

Amser lleol: 13:00

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: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 05/10/2021

Amser lleol: 13:00

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

Provided that the tender is submitted fully in accordance with the requirements set out within the Specification and the remaining sections of the procurement documents, the contract will be awarded on the basis of the Most Economically Advantageous Tender based on 40% quality, 10% Social Value and 50% Price.

Further specifics on the above award criteria can be found in the procurement documentation that is available to access at www.yortender.co.uk

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court of England and Wales

London

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty(30) days beginning with the date when the aggrieved party first knew or sought to

have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date.

Where the Contract has not been awarded, the Court may order the setting aside of the award

decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.

VI.5) Dyddiad anfon yr hysbysiad hwn

01/09/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
15960000 Cwrw brag Gwasanaethau gweini diodydd
15910000 Diodydd alcoholaidd distyll Gwasanaethau gweini diodydd
15950000 Diodydd brag heb eu distyllu Gwasanaethau gweini diodydd
15980000 Diodydd dialcohol Gwasanaethau gweini diodydd
15900000 Gwasanaethau gweini diodydd Bwyd, diodydd, tybaco a chynhyrchion cysylltiedig
15930000 Gwinoedd Gwasanaethau gweini diodydd
15940000 Seidr a gwinoedd ffrwythau eraill Gwasanaethau gweini diodydd

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:
belinda.rickerby@kirklees.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.