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