Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
UK
Ffôn: +44 1563576000
E-bost: lesley.robertson@east-ayrshire.gov.uk
NUTS: UKM93
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.east-ayrshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
I.1) Enw a chyfeiriad
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
Ffôn: +44 1294310000
E-bost: procurement@North-Ayrshire.gov.uk
NUTS: UKM93
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.north-ayrshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
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
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
All Ayrshire Traffic Signal Maintenance
Cyfeirnod: PS/24/42
II.1.2) Prif god CPV
50232200
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Traffic Signal Maintenance in East, South and North Ayrshire Council areas, on behalf of Ayrshire Roads Alliance and North Ayrshire Council.
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:
UKM93
UKM94
II.2.4) Disgrifiad o’r caffaeliad
Maintenance of Traffic Signal Equipment throughout North Ayrshire, East Ayrshire and South Ayrshire.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Ability to Fulfil Service & Ongoing Contract Management
/ Pwysoliad: 10
Maes prawf ansawdd: Fault Management System
/ Pwysoliad: 10
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 5
Maes prawf ansawdd: Community Benefits
/ Pwysoliad: 5
Price
/ Pwysoliad:
70
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Two one year extension options available 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.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders will be required to have a minimum 'general' yearly turnover of 220,000 GBP for the last 3 years.
The Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a “Fail” and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.
Risk or Credit reports from other agencies will not be considered.
It is the Tenderers responsibility to ensure that all information held by Creditsafe Business Solutions Ltd is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe Business Solutions Ltd scores are accurate by the due submission date.
Lefel(au) gofynnol y safonau sydd eu hangen:
Bidders must confirm that they already have or can commit to obtaining, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employers Liability Insurance: GBP 10 million (in respect of each claim, without limit to the number of claims)
Professional Indemnity Insurance: GBP 2 million (in respect of each and every claim without limit to the number of claims, for 6 years from the date of contract completion)
Public Liability Insurance: GBP 5 million (in respect of each claim, without limit to the number of claims)
Products Liability Insurance: GBP 5 million (in the aggregate)
Other Insurance:
Contract Works Insurance (Loss or Damage to Works): Contract Value plus 50 percent
Motor Vehicle Insurance (Amount to be determined by the Service Provider)
Goods in Transit Insurance (Amount to be determined by the Service Provider)
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Tenderers are required to hold the mandatory Qualifications for the duration of the contract and any extensions thereof:
New Roads and Street Works Act 1991 Street Works Operative and Supervisor Qualifications.
While electrical works are being carried out on site, the Service Provider must ensure that all persons engaged in electrical work can demonstrate that they have the necessary competencies, skills, training and experience to carry out the works in a safe and efficient manner, holding an Electrotechnical Certification Scheme (ECS) Card recognised by either the Joint Industry Board (JIB) or Scottish Joint Industry Board (SJIB).
The Service Provider must ensure that all persons working in the vicinity of Distribution Network Operator (DNO) equipment hold certification in accordance with the G39 Model Code of Practice for Electrical Safety in the planning, installation, commissioning and maintenance of public lighting and other street furniture Issue 2 2013 published by the Energy Networks Association or any amendment thereto.
The Service Provider must ensure that any Operatives involved in operating Mobile Elevating Work Platforms (MEWPs) must hold International Powered Access Federation (IPAF) or equivalent training certificates.
Any Operatives involved in electrical testing and inspection must have recognised BS7671 18th Edition qualification.
All Certification should be provided with the tender response.
Bidders will be required to provide 2 examples that demonstrate experience that is relevant to this procurement exercise: Traffic Signal Maintenance Services for all Department for Transport (DfT) Approved Equipment. Examples should be from within the last 3 years and be of a similar scale, scope and size to this requirement. Bidders must provide contact details of referees for each experience example. Referees may be contacted to discuss the contract and the performance of the Service Provider. Any Service Provider which fails to have performed satisfactorily in the experience example may be excluded from the tender process.
Lefel(au) gofynnol y safonau sydd eu hangen:
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ISO 9001 (or equivalent), OR
2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
Health & Safety Procedures
1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS ISO 45001 (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
2. A Health & Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
Environmental Management Standards
1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
2. An Environmental management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
Please refer to attached document within PCS-T, at Questions 1.74.1 and 1.76.1 of SPD for further 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:
09/05/2025
Amser lleol: 12:00
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: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
09/05/2025
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:
Around 6 months prior to contract end.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28294. 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:
Community Benefits are a minimum condition of this tender and will be included as scored criteria.
(SC Ref:793107)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
08/04/2025