Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Milton Keynes City Council
Civic Offices 1 Saxon Gate East Milton Keynes
Milton Keynes
MK9 3EJ
UK
Person cyswllt: Clare Harris
E-bost: corporateprocurement@milton-keynes.gov.uk
NUTS: UKJ12
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://in-tendhost.co.uk/milton-keynes/aspx/Home
Cyfeiriad proffil y prynwr: https://www.milton-keynes.gov.uk/
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
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
Gas , Plumbing and Heating - Corporate Landlord
Cyfeirnod: 2024-260
II.1.2) Prif god CPV
50531200
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Milton Keynes City Council are currently out to tender for the provision of Gas, Plumbing and Heating services to provide the services for the regular servicing and maintenance of gas systems, plumbing, hot water systems, and heat pumps across a portfolio of buildings. The aim is to ensure safety, compliance with regulations, and optimal performance of all systems for our corporate portfolio. This is being procured as an open tender.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 360 000.00 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
50531200
42511110
42533000
II.2.3) Man cyflawni
Cod NUTS:
UKJ12
Prif safle neu fan cyflawni:
Milton Keynes
II.2.4) Disgrifiad o’r caffaeliad
Milton Keynes City Council are out to tender for the provision of Gas Servicing, Plumbing, and Heat Pump Maintenance. this is being procured under the open procedure. Milton Keynes City Council (MKCC) manage a diverse property portfolio encompassing leisure, schools, commercial and corporate landlord stock. MKCC’s repair and maintenance obligations differ for the different stock types and leasehold responsibilities.For the Corporate Landlord stock (properties from which the council predominately offer their services) the Council has full maintenance responsibility including reactive, quoted, planned, best practice and statutory compliance obligation.MKCC operates an in-house Facilities Management Team, central to this function is the MKCC FM Helpdesk. The helpdesk operates a CAFM system called CIVICA, which is intrinsic to the success of our operation. It is a requirement that the successful supplier utilises CIVICA in delivery of this contract, therefore training will be provided during mobilisation.This tender package encompasses the following disciplines:A. Gas Installations and PlumbingB. Heat Pump Maintenance It is a mandatory requirement that -the successful contractor offers a 24/7 service. Please note that, out of hours calls will only be placed for genuine emergencies, and the successful contractor must have the capability to receive and respond to such calls.MKCC look to form a transparent and open relationship with all their appointed suppliers. This transparency requires all costs and performance data to be clearly visible on a site-by-site basis. It is our expectation that all activities will be tightly controlled by the successful contractor to ensure that all MKCC’s processes and procedures (as detailed in this tender package) are continually met.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
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: 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
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:
As stated in procurement documents
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As stated in the procurement documents.
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:
04/04/2025
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:
04/04/2025
Amser lleol: 12:00
Place:
Milton Keynes City Council remote opening via In-Tend
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
2028
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Refer to procurement documents
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court Royal Court of Justice, London WC24 2LL
London
WC24 2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.
VI.5) Dyddiad anfon yr hysbysiad hwn
21/01/2025