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

23031 Cambridgeshire County Council Building, Mechanical & Electrical Services Maintenance Contract

  • Cyhoeddwyd gyntaf: 20 Chwefror 2024
  • Wedi'i addasu ddiwethaf: 20 Chwefror 2024

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-043b3a
Cyhoeddwyd gan:
Cambridgeshire County Council
ID Awudurdod:
AA20924
Dyddiad cyhoeddi:
20 Chwefror 2024
Dyddiad Cau:
22 Mawrth 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Cambridgeshire County Council (CCC) (The Authority) is a rural county council with a portfolio of approximately 160 corporate buildings spread across the region. CCC is publishing a re-procurement exercise to supply services and works in respect of the Building, Mechanical and Electrical Services maintenance requirements, which will include the need for preventative maintenance, reactive maintenance and small minor project works.

The Authority wishes to appoint a single Provider to provide planned and reactive repairs, servicing and testing of all equipment as detailed within the specification to the organisation across a variety of properties within the geographical boundaries of Cambridgeshire.

An example of the requirements of this contract are:

• Servicing and planned preventative maintenance (PPM) services of Mechanical and Electrical plant and equipment. Statutory inspections & testing.

• Reactive maintenance to buildings in a timely and efficient manner, in line with timescales as detailed in the specification.

• Having the support staff in the form of a 24/7 helpdesk facility which can be viewed by the Client for progress monitoring and can link to the Client's helpdesk system.

• Invoice management procedures to deliver a managed and timely turnaround of Purchase Orders into accurate Invoices with the correct documentation as detailed within the specification document.

• Contract management capable of directing day to day issues and offering effective and cost-efficient solutions.

• Contract Management capable of reviewing throughput of work to ensure regular reporting of recommendations and follow-on work.

• Capable of evaluating the work required resulting from reactive calls and any uplift requirements. Supplying progress reports to the helpdesk as required

• Able to carry out a full regime of statutory testing, monitoring and reporting including updating the Council’s asset management system in a timely manner as set out in the KPIs.

• Able to complete annual lifecycle reports to assist the Council in budget-planning and understanding the state of our assets in a 5-year look ahead, and this meet the LCM standards set by the Council.

• Able to update our asset management system with any asset changes and O&M manuals for new installations and add to PPM schedules as appropriate.

It is expected that an initial contract will last for a period of 3 years with 2 options to extend for 1 further year each time (3+1+1). It is difficult to predict the exact value of this contract as the Authority’s property portfolio is likely to vary over the contract term, but it is estimated that the total value will not be less £10,000,000 or greater than £20,000,000.

Potential Providers should be aware that The Authority’s property portfolio is regularly changing. At the time of writing of this specification, the property lists provided are accurate and will be used for a service provision and costs comparison analysis when scoring tender submissions from Potential Providers (at ITT stage). However, before mobilisation of this contract, the portfolio may have altered – reduced or increased – and it may also fluctuate through the duration of the contract. The Authority’s contract manager will keep Service Provider’s management aware, via monthly contract meetings, of any upcoming changes where buildings are to be added or removed.

This Contract is open to Cambridgeshire County Council. The contract may include some work in schools in Cambridgeshire. The Authority may ask the provider to complete works on other CCC owned assets at an additional and agreed rate (such as Educational properties). This will be managed by The authority.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Cambridgeshire County Council

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

UK

Person cyswllt: Mr Ian Gower

E-bost: Ian.Gower@cambridgeshire.gov.uk

NUTS: UKH

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.cambridgeshire.gov.uk/

Cyfeiriad proffil y prynwr: https://www.cambridgeshire.gov.uk/

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://procontract.due-north.com/Advert/Index?advertId=3b5268c5-1fcf-ee11-8127-005056b64545


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://procontract.due-north.com/Advert/Index?advertId=3b5268c5-1fcf-ee11-8127-005056b64545


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

23031 Cambridgeshire County Council Building, Mechanical & Electrical Services Maintenance Contract

Cyfeirnod: DN701036

II.1.2) Prif god CPV

50000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Cambridgeshire County Council is looking to appoint a single provider to deliver services and works in respect of the Building, Mechanical and Electrical Services maintenance requirements for the Authority. It will be a 3+1+1 term. The contract will include reactive repairs, servicing and testing of all equipment as detailed within the specification, for the Authority's portfolio of buildings across the County.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 20 000 000.00 GBP

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:

UKH12

II.2.4) Disgrifiad o’r caffaeliad

Cambridgeshire County Council (CCC) (The Authority) is a rural county council with a portfolio of approximately 160 corporate buildings spread across the region. CCC is publishing a re-procurement exercise to supply services and works in respect of the Building, Mechanical and Electrical Services maintenance requirements, which will include the need for preventative maintenance, reactive maintenance and small minor project works.

The Authority wishes to appoint a single Provider to provide planned and reactive repairs, servicing and testing of all equipment as detailed within the specification to the organisation across a variety of properties within the geographical boundaries of Cambridgeshire.

An example of the requirements of this contract are:

• Servicing and planned preventative maintenance (PPM) services of Mechanical and Electrical plant and equipment. Statutory inspections & testing.

• Reactive maintenance to buildings in a timely and efficient manner, in line with timescales as detailed in the specification.

• Having the support staff in the form of a 24/7 helpdesk facility which can be viewed by the Client for progress monitoring and can link to the Client's helpdesk system.

• Invoice management procedures to deliver a managed and timely turnaround of Purchase Orders into accurate Invoices with the correct documentation as detailed within the specification document.

• Contract management capable of directing day to day issues and offering effective and cost-efficient solutions.

• Contract Management capable of reviewing throughput of work to ensure regular reporting of recommendations and follow-on work.

• Capable of evaluating the work required resulting from reactive calls and any uplift requirements. Supplying progress reports to the helpdesk as required

• Able to carry out a full regime of statutory testing, monitoring and reporting including updating the Council’s asset management system in a timely manner as set out in the KPIs.

• Able to complete annual lifecycle reports to assist the Council in budget-planning and understanding the state of our assets in a 5-year look ahead, and this meet the LCM standards set by the Council.

• Able to update our asset management system with any asset changes and O&M manuals for new installations and add to PPM schedules as appropriate.

It is expected that an initial contract will last for a period of 3 years with 2 options to extend for 1 further year each time (3+1+1). It is difficult to predict the exact value of this contract as the Authority’s property portfolio is likely to vary over the contract term, but it is estimated that the total value will not be less £10,000,000 or greater than £20,000,000.

Potential Providers should be aware that The Authority’s property portfolio is regularly changing. At the time of writing of this specification, the property lists provided are accurate and will be used for a service provision and costs comparison analysis when scoring tender submissions from Potential Providers (at ITT stage). However, before mobilisation of this contract, the portfolio may have altered – reduced or increased – and it may also fluctuate through the duration of the contract. The Authority’s contract manager will keep Service Provider’s management aware, via monthly contract meetings, of any upcoming changes where buildings are to be added or removed.

This Contract is open to Cambridgeshire County Council. The contract may include some work in schools in Cambridgeshire. The Authority may ask the provider to complete works on other CCC owned assets at an additional and agreed rate (such as Educational properties). This will be managed by The authority.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Maes prawf ansawdd: Social Value / Pwysoliad: 10

Price / Pwysoliad:  30

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 20 000 000.00 GBP

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

Dechrau: 01/11/2024

Diwedd: 31/10/2027

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

During the SQ stage, the intention is to arrive at a shortlist of approximately 5 - 7 qualified Candidates for formal Invitation To Tender against the requirement as advertised in the Find a Tender notice.

The Authority intends to invite not less than five and not more than seven Potential Providers to the Invitation to Tender stage.

The Authority will only invite the sixth highest scoring qualified Potential provider where its score is within 5% of the fifth highest scoring qualified Potential provider’s score.

The Authority will only invite the seventh highest scoring qualified Potential provider where its score is within 5% of the fifth highest scoring qualified Potential provider’s score.

The Authority will not take more than seven qualified Potential providers through to the Invitation to Tender, except in the following circumstances: in the event that there are equal scores between Potential providers finishing seventh and eight (or beyond) then preference will be given to the Potential Providers scoring the highest score in totality (50% in total) on the three case study questions.

If in the unlikely event that Potential Providers in this scenario are exactly tied with the same score on this question from 7th downwards then in this extraordinary circumstance all bidders with these scores shall proceed to the Invitation to Tender.

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

n/a

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

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: 22/03/2024

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 02/05/2024

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)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Cambridgeshire County Council

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

UK

E-bost: Clare.Ellis@cambridgeshire.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

19/02/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50000000 Gwasanaethau atgyweirio a chynnal a chadw Gwasanaethau eraill

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:
Ian.Gower@cambridgeshire.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.