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

Fire Systems Maintenance Contract

  • Cyhoeddwyd gyntaf: 10 Ebrill 2019
  • Wedi'i addasu ddiwethaf: 10 Ebrill 2019
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

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)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Hanover (Scotland) Housing Association
ID Awudurdod:
AA20849
Dyddiad cyhoeddi:
10 Ebrill 2019
Dyddiad Cau:
17 Mai 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The maintenance of the fire detection and extinguishing systems within the associations housing stock located throughout North Scotland. This includes fire alarms, fire extinguishers, sprinklers, dry risers, disables refuges, smoke control, hose reel and emergency lighting systems and for providing a reactive maintenance service.

Lot 1 covers North Scotland.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Hanover (Scotland) Housing Association

95 McDonald Road

Edinburgh

EH7 4NS

UK

Ffôn: +44 1315570598

E-bost: cpt@hanover.gov.uk

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.hanover.scot

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12742

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:

www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

www.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:

www.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Tai ac amwynderau cymunedol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Fire Systems Maintenance Contract

Cyfeirnod: CR-H0334

II.1.2) Prif god CPV

50413200

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The provision of the maintenance of the fire detection and extinguishing systems within the associations housing stock located throughout Scotland. This includes fire alarm, fire extinguishers, sprinklers, dry risers, disable refuge, smoke control, house reel and emergency lighting systems. The contract is being split into 2 lots.

Lot 1 covers North Scotland whilst.

Lot 2 covers North Scotland.

Tenderers can tender for 1 or both lots.

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

Fire Systems Maintenance Contract — North Scotland

II.2.2) Cod(au) CPV ychwanegol

50413200

31625100

31625200

35111300

44480000

44482100

31518200

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

North Scotland.

II.2.4) Disgrifiad o’r caffaeliad

The maintenance of the fire detection and extinguishing systems within the associations housing stock located throughout North Scotland. This includes fire alarms, fire extinguishers, sprinklers, dry risers, disables refuges, smoke control, hose reel and emergency lighting systems and for providing a reactive maintenance service.

Lot 1 covers North Scotland.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Maen prawf cost: Cost / Pwysoliad: 40

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

Dechrau: 01/08/2019

Diwedd: 31/07/2021

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract will be awarded for a period of 2 years with the option to extend a further 2 periods of 1 year (a potential total contract length of 4 years).

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.

Rhif y Lot 2

II.2.1) Teitl

Fire Systems Maintenance Contract — South Scotland

II.2.2) Cod(au) CPV ychwanegol

50413200

31625100

31625200

35111300

44480000

44482100

31518200

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

South Scotland.

II.2.4) Disgrifiad o’r caffaeliad

The maintenance of the fire detection and extinguishing systems within the associations housing stock located throughout Scotland. This includes fire alarms, fire extinguishers, sprinklers, dry risers, disables refuges, smoke control, hose reel and emergency lighting systems and for providing a reactive maintenance service.

Lot 2 covers South of Scotland.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Maen prawf cost: Cost / Pwysoliad: 40

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

Dechrau: 01/08/2019

Diwedd: 31/07/2021

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract will be awarded for a period of 2 years with the option to extend a further 2 x 1 year periods (a potential total contract length of 4 years).

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.1.1) 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:

4A.1 Bidders, or their nominated sub-contractors, must be members of Select and/or NICEIC; BAFE SP101 (competency of portable fire extinguisher organisations and technicals); BAFE SP203-1 (fire detection and alarm systems) and the British Automatic Fire Sprinker Association (or equivalent accreditations in country of operations).

4A.2 Where is is required, within a bidder's country of establishment, they must confirm which autorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.

4C.6 Bidders must confirm that their site engineers have, or, must make a commitment to attain prior to any contract award, suitable training and provide all necessary equipment and tools for undertaking non-licensable asbestos work (refer to section EM2 in the HSE's “Asbestos Essentials” document for further details on training requirements for undertaking non-licensed tasks).

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4B.2.1 Bidders will be required to have minimum yearly “specific” turnover in the business area covered by the contract for the last 3 years. In case the information concerning turnover (general or specific) is not available for the entire period required, please state the date in which the bidder was set up or started trading.

4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below.


Lefel(au) gofynnol y safonau sydd eu hangen:

4B.1.1 For Lot 1, bidders are required to have a minimum yearly “specific” turnover, in the area of fire equipment maintenance, of 90 000 GBP for the last 3 years.

For Lot 2, bidders are required to have a minimum yearly “specific” turnover, in the area of fire equipment maintenance, of 300 000 GBP for the last 3 years

4B.5.1 Insurance:

— employers (compulsory) liability insurance of a minimum of 10 000 000 GBP (10 000 000),

— public liability insurance of a minimum of 5 000 000 GBP (5 000 000),

— products liability insurance of a minimum of 5 000 000 GBP (5 000 000).

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

For both lots.

4C.1.2 Bidders will be required to provide 3 examples of contracts carried out in the past 3 years which demonstrate they have experience in delivering the services as described in Part II.2.4 of the Contract Notice.

Examples provided must be for the delivery of the same or similar services and of a similar size, scope and value.


Lefel(au) gofynnol y safonau sydd eu hangen:

4C.1.2 Bidders will be required to provide 3 examples of contracts carried out in the past 3 years which demonstrate they have experience in delivering the services as described in Part II.2.4 of the Contract Notice.

Examples provided must be for the delivery of the same or similar services and of a similar size, scope and value.

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.1.8) 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: 17/05/2019

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: 17/05/2019

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

6 months prior to contract end date.

VI.3) Gwybodaeth ychwanegol

Quality management procedures:

1) 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 a documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

2) Health and Safety Procedures:

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 the bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent.

Note: Organisations with fewer than 5 employees are not required by law to have a documented policy statement.

Environmental Management Systems or Standards:

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=571982

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:571982)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Hanover (Scotland) Housing Association

95 McDonald Road

Edinburgh

EH7 4NS

UK

Ffôn: +44 1315570598

Ffacs: +44 1315577424

Cyfeiriad(au) rhyngrwyd

URL: http://www.hanover.scot

VI.5) Dyddiad anfon yr hysbysiad hwn

05/04/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44480000 Cyfarpar diogelu rhag tân amrywiol Cynhyrchion gwneuthuredig amrywiol ac eitemau cysylltiedig
31518200 Cyfarpar goleuadau argyfwng Goleuadau signal
35111300 Diffoddwyr tân Cyfarpar diffodd tân
50413200 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar diffodd tân Gwasanaethau atgyweirio a chynnal a chadw cyfarpar gwirio
44482100 Pibellau tân Dyfeisiau diogelu rhag tân
31625200 Systemau larwm tân Larymau lladron a thân
31625100 Systemau synhwyro tân Larymau lladron a thân

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:
cpt@hanover.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.