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

TVSBC - FA - Servicing, Maintenance and Supply of Fire Extinguishers and Related Equipment

  • Cyhoeddwyd gyntaf: 21 Gorffennaf 2023
  • Wedi'i addasu ddiwethaf: 21 Gorffennaf 2023

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-03e3af
Cyhoeddwyd gan:
Stockton-On-Tees Borough Council
ID Awudurdod:
AA20920
Dyddiad cyhoeddi:
21 Gorffennaf 2023
Dyddiad Cau:
30 Awst 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Stockton-on-tees Borough Council

Municipal Buildings,Church Road

STOCKTON-ON-TEES

TS191SF

UK

Person cyswllt: Karen Kreczak

Ffôn: +44 1642528510

E-bost: karen.kreczak@stockton.gov.uk

NUTS: UKC11

Cyfeiriad(au) rhyngrwyd

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

I.1) Enw a chyfeiriad

Darlington Borough Council

Darlington

UK

E-bost: jackie.elliott@darlington.gov.uk

NUTS: UKC

Cyfeiriad(au) rhyngrwyd

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

I.1) Enw a chyfeiriad

Hartlepool Borough Council

Hartlepool

UK

E-bost: karen.cooper@hartlepool.gov.uk

NUTS: UKC1

Cyfeiriad(au) rhyngrwyd

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

I.1) Enw a chyfeiriad

Redcar & Cleveland Borough Council

Redcar

UK

E-bost: denise.boyle@redcar-cleveland.gov.uk

NUTS: UKC1

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.redcar-cleveland.gov.uk/

I.1) Enw a chyfeiriad

Middlesbrough Council

Middlesbrough

UK

E-bost: neville_mackey@middlesbrough.gov.uk

NUTS: UKC1

Cyfeiriad(au) rhyngrwyd

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

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://procontract.due-north.com/Advert?advertId=d573d984-800e-ee11-8123-005056b64545&fromProjectDashboard=True


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?advertId=d573d984-800e-ee11-8123-005056b64545&fromProjectDashboard=True


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

TVSBC - FA - Servicing, Maintenance and Supply of Fire Extinguishers and Related Equipment

II.1.2) Prif god CPV

50413200

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Contract covers the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers as well as for the replacement of fire blankets and hose reels and the supply of various spare parts n establishments throughout the Tees Valley being Borough Councils of Hartlepool, Middlesbrough, Redcar & Cleveland, Stockton and Darlington.

Opportunity is being conducted through the NEPO etendering Portal

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

Lot 1 - Darlington Borough Council

II.2.2) Cod(au) CPV ychwanegol

50413200

II.2.3) Man cyflawni

Cod NUTS:

UKC1

II.2.4) Disgrifiad o’r caffaeliad

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are not limited to:

Standard Safety Pin,

Discharge Hose 'O' Ring and Washers,

Healing Sealing 'O' Ring, Standard Head Cap Washer,

Anti-tamper Tag,

Glass Pressure Gauge Sticker

Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to:

CO2 Cartridge, 58gr/78gr

Re-pressurise

Standard Head Cap

Standard Extinguisher Hose

CO2 Horn

CO2 Hose and Horn

Valve and Siphon Tube

Valve Spring

Hose Nozzle

Valve Spindle Assembly

Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.

We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context.

Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot.

• Lot 1: Darlington Borough Council

• Lot 2: Hartlepool Borough Council

• Lot 3: Middlesbrough Council

• Lot 4: Redcar & Cleveland Borough Council

• Lot 5: Stockton-on-Tees Borough Council

Bidders can bid for more than one Lot.

These new contracts will commence on or before 1st December 2023

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

Dechrau: 01/12/2023

Diwedd: 30/11/2027

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

optional 2 x 24 months extension periods.

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

Rhif y Lot 2

II.2.1) Teitl

Lot 2 - Hartlepool Borough Council

II.2.2) Cod(au) CPV ychwanegol

50413200

II.2.3) Man cyflawni

Cod NUTS:

UKC1

II.2.4) Disgrifiad o’r caffaeliad

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are not limited to:

Standard Safety Pin,

Discharge Hose 'O' Ring and Washers,

Healing Sealing 'O' Ring, Standard Head Cap Washer,

Anti-tamper Tag,

Glass Pressure Gauge Sticker

Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to:

CO2 Cartridge, 58gr/78gr

Re-pressurise

Standard Head Cap

Standard Extinguisher Hose

CO2 Horn

CO2 Hose and Horn

Valve and Siphon Tube

Valve Spring

Hose Nozzle

Valve Spindle Assembly

Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.

We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context.

Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot.

• Lot 1: Darlington Borough Council

• Lot 2: Hartlepool Borough Council

• Lot 3: Middlesbrough Council

• Lot 4: Redcar & Cleveland Borough Council

• Lot 5: Stockton-on-Tees Borough Council

Bidders can bid for more than one Lot.

These new contracts will commence on or before 1st December 2023

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

Dechrau: 01/12/2023

Diwedd: 30/11/2027

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

optional 2 x 24 months extension periods.

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

Rhif y Lot 3

II.2.1) Teitl

Lot 3 - Middlesbrough Council

II.2.2) Cod(au) CPV ychwanegol

50413200

II.2.3) Man cyflawni

Cod NUTS:

UKC1

II.2.4) Disgrifiad o’r caffaeliad

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are not limited to:

Standard Safety Pin,

Discharge Hose 'O' Ring and Washers,

Healing Sealing 'O' Ring, Standard Head Cap Washer,

Anti-tamper Tag,

Glass Pressure Gauge Sticker

Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to:

CO2 Cartridge, 58gr/78gr

Re-pressurise

Standard Head Cap

Standard Extinguisher Hose

CO2 Horn

CO2 Hose and Horn

Valve and Siphon Tube

Valve Spring

Hose Nozzle

Valve Spindle Assembly

Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.

We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context.

Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot.

• Lot 1: Darlington Borough Council

• Lot 2: Hartlepool Borough Council

• Lot 3: Middlesbrough Council

• Lot 4: Redcar & Cleveland Borough Council

• Lot 5: Stockton-on-Tees Borough Council

Bidders can bid for more than one Lot.

These new contracts will commence on or before 1st December 2023

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

Dechrau: 01/12/2023

Diwedd: 30/11/2027

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

optional 2 x 24 months extension periods.

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

Rhif y Lot 4

II.2.1) Teitl

Lot 4 - Redcar and Cleveland Borough Council

II.2.2) Cod(au) CPV ychwanegol

50413200

II.2.3) Man cyflawni

Cod NUTS:

UKC1

II.2.4) Disgrifiad o’r caffaeliad

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are not limited to:

Standard Safety Pin,

Discharge Hose 'O' Ring and Washers,

Healing Sealing 'O' Ring, Standard Head Cap Washer,

Anti-tamper Tag,

Glass Pressure Gauge Sticker

Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to:

CO2 Cartridge, 58gr/78gr

Re-pressurise

Standard Head Cap

Standard Extinguisher Hose

CO2 Horn

CO2 Hose and Horn

Valve and Siphon Tube

Valve Spring

Hose Nozzle

Valve Spindle Assembly

Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.

We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context.

Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot.

• Lot 1: Darlington Borough Council

• Lot 2: Hartlepool Borough Council

• Lot 3: Middlesbrough Council

• Lot 4: Redcar & Cleveland Borough Council

• Lot 5: Stockton-on-Tees Borough Council

Bidders can bid for more than one Lot.

These new contracts will commence on or before 1st December 2023

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

Dechrau: 01/12/2023

Diwedd: 30/11/2027

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

optional 2 x 24 months extension periods

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

Rhif y Lot 5

II.2.1) Teitl

Lot 5 - Stockton-on-Tees Borough Council

II.2.2) Cod(au) CPV ychwanegol

50413200

II.2.3) Man cyflawni

Cod NUTS:

UKC1

II.2.4) Disgrifiad o’r caffaeliad

The requirement is for one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers

The contract will also cover the replacement of fire blankets and hose reels and the supply of various associated spare parts.

The Local Authorities within the Tees Valley are :

Lot 1 - Darlington Borough Council

Lot 2 - Hartlepool Borough Council

Lot 3 - Middlesbrough Borough Council

Lot 4 - Redcar & Cleveland Borough Council

Lot 5 - Stockton Borough Council

The Final Contract structure will allow for the successful supplier to go into contract with each Authority individually.

The current location of sites and equipment can be found in the establishment lists included within ITT Schedule 1 Specification Appendix 1 on the tender documents . The locations and numbers of this equipment may vary over time.

It is the responsibility of the contractor, on award of contract, to check and maintain the full audit of all the Authority's establishments and buildings and produce a update the register of all the fire extinguishers, fire blankets and hose reels contained within the building which has been provided in Specification - Appendix 1. The register must be maintained thereafter by the contractor and produced at each Contractor Review Meeting. This should include the when the inspection took place, the building including full address, number of extinguishers or other equipment present and the work carried out at inspection.

As a requirement of a call off under this contract, the Authority must receive servicing once per year for each item held.

All items supplied to the Authority must comply with relevant legislations.

All items supplied to the Authority must be labelled with such additional information as is necessary to ensure safe and proper handling and storage of the substances concerned.

All products must be fit for purpose and supported throughout the life of the product and defective items must be exchanged free of charge

All equipment and supplies must be safe for operational use and must not present any mechanical, chemical fire or other hazard to the user.

The Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and any other Acts, Regulations, Orders or Rules of law pertaining to Health and Safety.

All goods must be clearly labelled in accordance with current Government legislation.

The Contractor must have appropriate third party accreditation.

The Contractor must be an accredited member of BAFE and employ 'competent' Service Engineers, having satisfied the requirement of BAFE SP101.

The Contractor must show due care and diligence throughout the entire Contract period alerting the Authority immediately to any product recalls.

Any requirement to condemn/dispose and replace equipment must be pre-approved by the individual Local Authority.

Inspections, servicing and maintenance to be carried out in accordance with The British Approvals for Fire Equipment (BAFE), Home Office, appropriate British Standards Institute standards and Fire Officers Committee recommended codes of practice.

The successful Contractor will ensure appropriate instruction labels exist and that all equipment has an attached record card, fully completed, giving details of date of service.

The successful Contractor will inspect, repair and renew as necessary all mechanisms, washers and contents, cleaning all vents, nozzles, lubricate cap threads and leave ready for use.

Servicing is required once yearly per each item.

All extinguishers and equipment shall have attached to them a record card, fully completed, giving details and date of service. Extinguishers not suitable for electrical fires must be clearly marked.

Small Parts include, but are not limited to:

Standard Safety Pin,

Discharge Hose 'O' Ring and Washers,

Healing Sealing 'O' Ring, Standard Head Cap Washer,

Anti-tamper Tag,

Glass Pressure Gauge Sticker

Prior approval must be sought from the relevant Local Authority if any large parts require exchanging or replacing. Large parts include, but are not limited to:

CO2 Cartridge, 58gr/78gr

Re-pressurise

Standard Head Cap

Standard Extinguisher Hose

CO2 Horn

CO2 Hose and Horn

Valve and Siphon Tube

Valve Spring

Hose Nozzle

Valve Spindle Assembly

Only BAFE approved equipment is to be supplied. Fire extinguishers must comply with BS EN3 fire blankets must comply with B.S. EN 1869 1997. Prices for new equipment must include wall fixings brackets, installation, and any other charges where appropriate.

We are procuring the services of one contractor for each of 5 Local Authorities in Tees Valley, to cover the servicing, refilling, refurbishment and replacement of a variety of fire extinguishers and other fire safety related equipment with five separate lots. The core specification for each lot will contain the same overall requirements, with some variation between Lots depending on the local context.

Services will be delivered in the five Tees Valley local authority areas. Each local authority area is being tendered as an individual Lot.

• Lot 1: Darlington Borough Council

• Lot 2: Hartlepool Borough Council

• Lot 3: Middlesbrough Council

• Lot 4: Redcar & Cleveland Borough Council

• Lot 5: Stockton-on-Tees Borough Council

Bidders can bid for more than one Lot.

These new contracts will commence on or before 1st December 2023

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

Dechrau: 01/12/2023

Diwedd: 30/11/2027

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

optional 2 x 24 months extension periods.

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 IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 5

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: 30/08/2023

Amser lleol: 11:00

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: 30/08/2023

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Stockton on Tees Borough Council

Municipal Buildings

STOCKTON-ON-TEES

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

20/07/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50413200 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar diffodd tân Gwasanaethau atgyweirio a chynnal a chadw cyfarpar gwirio

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:
karen.kreczak@stockton.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.