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

Planned Preventative and Reactive Maintenance to Public Buildings – Lift System Servicing

  • Cyhoeddwyd gyntaf: 28 Ionawr 2020
  • Wedi'i addasu ddiwethaf: 28 Ionawr 2020

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:
Cyhoeddwyd gan:
Perth and Kinross Council
ID Awudurdod:
AA50447
Dyddiad cyhoeddi:
28 Ionawr 2020
Dyddiad Cau:
24 Chwefror 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Perth and Kinross Council are seeking to appoint a suitably qualified and experienced contractor to carry out planned preventative and reactive maintenance to lifts in public buildings.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Perth and Kinross Council

2 High Street

Perth

PH1 5PH

UK

Ffôn: +44 1738475000

E-bost: Lynzistewart@pkc.gov.uk

NUTS: UKM77

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.pkc.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

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/esop/pts-host/public/pts/web/login.html


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/esop/pts-host/public/pts/web/login.html


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

Planned Preventative and Reactive Maintenance to Public Buildings – Lift System Servicing

Cyfeirnod: PKC11106

II.1.2) Prif god CPV

50750000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Perth and Kinross Council are seeking to appoint a suitably qualified and experienced contractor to carry out planned preventative and reactive maintenance to lifts in public buildings.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 343 000.00 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

50750000

II.2.3) Man cyflawni

Cod NUTS:

UKM77


Prif safle neu fan cyflawni:

Public buildings within Perth and Kinross Council area.

II.2.4) Disgrifiad o’r caffaeliad

Perth and Kinross Council are seeking to appoint a suitably qualified and experienced contractor to carry out planned preventative and reactive maintenance to lifts in public buildings.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

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:

The contract may be extended for a period of up to 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

The estimated value is for the potential contract period including extension options. The estimated annual value is 49 000 GBP per annum.

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:

Any contractor or subcontractor undertaking works shall be an approved contractor on the roll of the following bodies:

— Lift and Escalator Industry Association (LEIA) and/or Lifting Equipment Engineers Association (LEEA).

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Current ratio (Current assets divided by current liabilities).

Net Assets (Net Worth) (value per the Balance Sheet, no calculations required).


Lefel(au) gofynnol y safonau sydd eu hangen:

The acceptable range is:

1) Current ratio it is expected that the ratio for all years is equal to or greater than 1, i.e. current assets will equal or exceed current liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract;

2) Net assets (Net Worth) it is expected that the Net Worth for all years will be positive, i.e. a net assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

The Council will download a Dun and Bradstreet Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the assessment of business failure is regarded as ‘High’ or ‘Severe’. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as ‘Moderate – High’ or ‘Moderate’ to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth and Kinross Council is not obliged to award the contract to the most economically advantageous tenderer.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable works within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to the lot/contract that the bidder is tendering for and include 3 examples for each lot or lots.

Quality assurance

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

2) The bidder must have the following as detailed in the section below:

Health and safety.

3) 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

2) The bidder must have the following as detailed in the section below:

4D.2 Environmental management

1) 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

2) The bidder must meet the requirements detailed below.


Lefel(au) gofynnol y safonau sydd eu hangen:

Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable works within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to the lot/contract that the bidder is tendering for and include 3 examples for each lot or lots.

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

2) The bidder must have the following:

(a) a documented policy regarding quality management;

(b) documented procedures for periodically reviewing, correcting and improving quality performance;

(c) a documented process for ensuring that quality management is effective in reducing/preventing incidents of substandard delivery; (d) documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid;

(e) documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis;

(f) documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged;

(g) a documented process demonstrating how the bidder deals with complaints.

Health and safety procedures

3) 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

4a. The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management;

4b. A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents;

4c. A documented procedure how the bidder obtains access to competent health and safety advice and assistance;

4d. Documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organisation is likely to bid;

4e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder’s workforce has;

4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance;

4g. Documented arrangements for involving the bidder’s workforce in the planning and implementation of H&S measures;

4h. Documented procedures for recording accidents/incidents and undertaking follow-up action;

4i. Documented arrangements for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged;

4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;

4k. Documented arrangements for co-operating and co-ordinating the bidder’s work with other suppliers;

4D.2 Environmental management.

1) 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

2) See selection criteria as stated in the procurement documents.

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: 24/02/2020

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: 24/02/2020

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:

7 years.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 15582.

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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Suppliers will be required to advise what community benefits will be delivered and how they will deliver them.

(SC Ref:611740)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Perth Sheriff Court

Sherrif Court House, Tay Street

Perth

PH2 8NL

UK

Ffôn: +44 1738620546

E-bost: perth@scotcourts.gov.uk

Ffacs: +44 1738623601

Cyfeiriad(au) rhyngrwyd

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/perth-sheriff-court-and-justice-of-the-peace-court

VI.5) Dyddiad anfon yr hysbysiad hwn

23/01/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50750000 Gwasanaethau cynnal a chadw lifftiau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau

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:
Lynzistewart@pkc.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.