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

Tender for Air Quality Monitoring and Associated Services

  • Cyhoeddwyd gyntaf: 07 Mehefin 2019
  • Wedi'i addasu ddiwethaf: 07 Mehefin 2019

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:
07 Mehefin 2019
Dyddiad Cau:
08 Gorffennaf 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

PKC require a supplier to provide and operate continuous monitoring stations and to manage and upload the data output from the monitoring stations to the Air Quality in Scotland website. The monitors are required to be of the type which continuously monitor ambient pollutant concentrations in situ and automatically produce results.

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

Person cyswllt: Louise Jardine

Ffôn: +44 1738475000

E-bost: LJardine@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

Yr Amgylchedd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Tender for Air Quality Monitoring and Associated Services

Cyfeirnod: PKC10155

II.1.2) Prif god CPV

90731100

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Perth and Kinross Council are seeking to appoint suitably qualified and experienced suppliers to carry out a wide range of services relating to air quality including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on our identified Air Quality Management Areas (AQMAs), and modelling to inform decision making.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 700 000.00 GBP

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

Air Quality Monitoring

II.2.2) Cod(au) CPV ychwanegol

90731100

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

PKC require a supplier to provide and operate continuous monitoring stations and to manage and upload the data output from the monitoring stations to the Air Quality in Scotland website. The monitors are required to be of the type which continuously monitor ambient pollutant concentrations in situ and automatically produce results.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 70

Price / Pwysoliad:  30

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 375 000.00 GBP

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

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months.

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

Air Quality Consultancy — Projects and Reporting

II.2.2) Cod(au) CPV ychwanegol

90731100

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

PKC are required to report on air quality. This reporting may be in relation to a specific location, problem or intervention or it may be to provide a general overview of local air quality.

At this stage it is not possible to accurately detail what reporting and project work will be required as part of this contract. Examples of outputs which PKC may require under this Lot are listed below:

— AQAP Reviews,

— annual progress report,

— NLEF screening,

— LEZ/VAR reporting,

— monitoring and reporting on specific local air quality issues.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 50

Price / Pwysoliad:  50

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 150 000.00 GBP

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

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months.

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

Air Quality Events and Campaigns

II.2.2) Cod(au) CPV ychwanegol

79952000

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

PKC are involved with projects promoting improvements in air quality and trying to change behaviours, particularly in relation to how people travel.

The supplier will be required to design, plan, organise and run events and campaigns on behalf of PKC.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 50

Price / Pwysoliad:  50

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 45 000.00 GBP

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

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months.

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

Air Quality Modelling

II.2.2) Cod(au) CPV ychwanegol

90731100

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

In order to assist with decision making with regards air quality, PKC expect to require modelling to be carried out. The modelling will be used to assess the impact of a change/intervention on local air quality. The supplier will be required to design and run the models and provide interpretative reporting on the model outputs, including a commentary on the uncertainties.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 50

Price / Pwysoliad:  50

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 130 000.00 GBP

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

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months.

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:

— current ratio (current assets divided by current liabilities),

— net assets (net worth) (value per the balance sheet, no calculations required),

— employer’s (compulsory) liability insurance = 10 000 000 GBP,

— public liability insurance = 5 000 000 GBP,

— professional indemnity insurance = 2 000 000 GBP.


Lefel(au) gofynnol y safonau sydd eu hangen:

— current ratio: it is expected that the ratio is equal to or greater than 1, i.e. current assets will equal or exceed current liabilities in each of the 2 years. 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,

— net assets (net worth): it is expected that the net worth will be positive i.e. a net assets position in each of the 2 years. 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,

— employer’s (compulsory) liability insurance = 10 000 000 GBP,

— public liability insurance = 5 000 000 GBP,

— professional indemnity insurance = 2 000 000 GBP.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in Part II.2.4 of the OJEU Contract Notice. Examples should demonstrate that the bidder has experience of delivering the services outlined in the specification of requirements. The examples should be relevant to the lot(s) being bid for; if more than 1 lot is being bid for, then more examples may need to be provided to cover the different types of services.

4C.8.1 Bidders will be required to confirm their average annual manpower for the last 3 years.

4C.8.2 Bidders will be required to confirm the number of their managerial staff for the last 3 years.

4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice.


Lefel(au) gofynnol y safonau sydd eu hangen:

4C.1.2 Examples should demonstrate that the bidder has experience of delivering the services outlined in the specification of requirements. The examples should be relevant to the lot(s) being bid for; if more than 1 lot is being bid for, then more examples may need to be provided to cover the different types of services.

4C.8.1 Bidders will be required to confirm their average annual manpower for the last 3 years.

4C.8.2 Bidders will be required to confirm the number of their managerial staff for the last 3 years.

4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice.

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.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

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

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: 08/07/2019

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: 08/07/2019

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:

3 years.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

4D.1 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:

(a) a documented policy regarding quality management;

(b) documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery;

(c) 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;

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

4D.1 Health and Safety Procedures:

1) 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:

(a) the bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent;

Note: Organisations with fewer than 5 employees are not required by law to have a documented policy statement.

(b) 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;

(c) 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;

(d) documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance;

(e) 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;

(f) documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;

(g) you must meet any health and safety requirements placed upon you by law.

4D.2 Environmental Management Procedures:

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:

(a) documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing/preventing significant impacts on the environment;

(b) documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals;

(c) documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13550

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 require to advise what Community Benefits they will be willing to offer if successful.

(SC Ref:585243)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Perth and Kinross Council

2 High Street

Perth

PH1 5PH

UK

Ffôn: +44 1738475000

Cyfeiriad(au) rhyngrwyd

URL: http://www.pkc.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

05/06/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79952000 Gwasanaethau digwyddiadau Gwasanaethau trefnu arddangosfeydd, ffeiriau a chynadleddau
90731100 Rheoli ansawdd aer Gwasanaethau sy’n gysylltiedig â llygredd aer

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:
LJardine@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.