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

NHS SBS BUILDING SAFETY AND FIRE COMPLIANCE FRAMEWORK (SBS10509)

  • Cyhoeddwyd gyntaf: 15 Mehefin 2024
  • Wedi'i addasu ddiwethaf: 15 Mehefin 2024
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

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)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03f809
Cyhoeddwyd gan:
NHS Shared Business Services Limited
ID Awudurdod:
AA82666
Dyddiad cyhoeddi:
15 Mehefin 2024
Dyddiad Cau:
26 Gorffennaf 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

NHS Shared Business Services Limited (NHS SBS) act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework Agreement.

Our Approved Organisation list can be found on:

https://www.sbs.nhs.uk/services/framework-agreements-categories/

NHS SBS intends to put in place a Framework Agreement for the provision of Building Safety and Fire Compliance goods and services to be used by NHS SBS Approved Organisations. It includes the following specialised Lots:

Lot 1: Fire Safety -

Lot 1.1: Passive Fire Safety

Lot 1.2: Active Fire Safety

Lot 1.3: Fire Risk Assessments and Consultancy Services

Lot 2: Asbestos -

Lot 2.1: Asbestos Management

Lot 2.2: Asbestos Removal

Lot 3: Lifts - Maintenance, Design, and Installation

Lot 4: Legionella and Water Treatment Services

Lot 5: PAT Testing

Lot 6: Authorising Engineers

Lot 7: Pneumatic Tube Systems - Maintenance, Design, and Installation

NHS SBS is committed to working with Suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements within the Invitation to Tender.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

NHS Shared Business Services Limited

05280446

Three Trees Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

UK

E-bost: nsbs.categorymanagementsourcing@nhs.net

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.sbs.nhs.uk/

Cyfeiriad proffil y prynwr: https://www.sbs.nhs.uk/proc-construction-estates-frameworks

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://discovery.ariba.com/rfx/19952983


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://discovery.ariba.com/rfx/19952983


I.4) Y math o awdurdod contractio

Arall: Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

NHS SBS BUILDING SAFETY AND FIRE COMPLIANCE FRAMEWORK (SBS10509)

Cyfeirnod: SBS10509

II.1.2) Prif god CPV

71317200

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

NHS Shared Business Services Limited (NHS SBS) act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework Agreement.

Our Approved Organisation list can be found on:

https://www.sbs.nhs.uk/services/framework-agreements-categories/

NHS SBS intends to put in place a Framework Agreement for the provision of Building Safety and Fire Compliance goods and services to be used by NHS SBS Approved Organisations. It includes the following specialised Lots:

Lot 1: Fire Safety -

Lot 1.1: Passive Fire Safety

Lot 1.2: Active Fire Safety

Lot 1.3: Fire Risk Assessments and Consultancy Services

Lot 2: Asbestos -

Lot 2.1: Asbestos Management

Lot 2.2: Asbestos Removal

Lot 3: Lifts - Maintenance, Design, and Installation

Lot 4: Legionella and Water Treatment Services

Lot 5: PAT Testing

Lot 6: Authorising Engineers

Lot 7: Pneumatic Tube Systems - Maintenance, Design, and Installation

NHS SBS is committed to working with Suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements within the Invitation to Tender.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 200 000 000.00 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 1.1

II.2.1) Teitl

Fire Safety - Passive Fire Safety

II.2.2) Cod(au) CPV ychwanegol

35111200

35111500

35111520

51700000

71317200

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

This Lot involves the supply, installation, and maintenance of passive fire safety systems.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 1 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Weighting / Pwysoliad: 60%

Maes prawf ansawdd: Social Value Weighting / Pwysoliad: 10%

Maen prawf cost: Price Weighting / Pwysoliad: 30%

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: 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

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

Rhif y Lot 1.2

II.2.1) Teitl

Fire Safety - Active Fire Safety

II.2.2) Cod(au) CPV ychwanegol

31625200

35111200

35111300

39525400

44480000

45312100

51700000

71317200

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

This Lot involves the supply, installation, maintenance, and monitoring of active fire safety systems and equipment.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Weighting / Pwysoliad: 60%

Maes prawf ansawdd: Social Value Weighting / Pwysoliad: 10%

Maen prawf cost: Price Weighting / Pwysoliad: 30%

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: 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

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

Rhif y Lot 1.3

II.2.1) Teitl

Fire Safety - Fire Risk Assessments and Consultancy Services

II.2.2) Cod(au) CPV ychwanegol

71313000

71317000

75251110

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

This Lot involves the provision of risk assessments, consultancy services, design, surveys, and audits related to fire.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Weighting / Pwysoliad: 60%

Maes prawf ansawdd: Social Value Weighting / Pwysoliad: 10%

Maen prawf cost: Price Weighting / Pwysoliad: 30%

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: 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

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

Rhif y Lot 2.1

II.2.1) Teitl

Asbestos - Asbestos Management

II.2.2) Cod(au) CPV ychwanegol

45262660

71317200

90650000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

This Lot involves the provision of surveys, inspections, sampling, monitoring, and emergency response related to asbestos.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Weighting / Pwysoliad: 60%

Maes prawf ansawdd: Social Value Weighting / Pwysoliad: 10%

Maen prawf cost: Price Weighting / Pwysoliad: 30%

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: 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

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

Rhif y Lot 2.2

II.2.1) Teitl

Asbestos - Asbestos Removal

II.2.2) Cod(au) CPV ychwanegol

45262660

71317200

90650000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

This Lot involves the removal of asbestos.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Weighting / Pwysoliad: 60%

Maes prawf ansawdd: Social Value Weighting / Pwysoliad: 10%

Maen prawf cost: Price Weighting / Pwysoliad: 30%

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: 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

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

Rhif y Lot 3

II.2.1) Teitl

Lifts - Maintenance, Design, and Installation

II.2.2) Cod(au) CPV ychwanegol

42416100

42416120

42416130

50750000

71317200

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

This Lot involves the provision of planned and reactive maintenance of lifts, and the design and installation of lifts.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Weighting / Pwysoliad: 60%

Maes prawf ansawdd: Social Value Weighting / Pwysoliad: 10%

Maen prawf cost: Price Weighting / Pwysoliad: 30%

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: 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

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

Rhif y Lot 4

II.2.1) Teitl

Legionella and Water Treatment Services

II.2.2) Cod(au) CPV ychwanegol

44611500

45232430

71317200

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

This Lot involves the provision of water treatment and legionella management.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Weighting / Pwysoliad: 60%

Maes prawf ansawdd: Social Value Weighting / Pwysoliad: 10%

Maen prawf cost: Price Weighting / Pwysoliad: 30%

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: 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

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

Rhif y Lot 5

II.2.1) Teitl

PAT Testing

II.2.2) Cod(au) CPV ychwanegol

71314100

71317200

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

This Lot involves the provision of PAT testing services.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Weighting / Pwysoliad: 60%

Maes prawf ansawdd: Social Value Weighting / Pwysoliad: 10%

Maen prawf cost: Price Weighting / Pwysoliad: 30%

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: 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

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

Rhif y Lot 6

II.2.1) Teitl

Authorising Engineers

II.2.2) Cod(au) CPV ychwanegol

71317200

71318000

71333000

71334000

71336000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UK - United Kingdom

II.2.4) Disgrifiad o’r caffaeliad

This Lot involves the provision of authorising engineers for applicable disciplines.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Weighting / Pwysoliad: 60%

Maes prawf ansawdd: Social Value Weighting / Pwysoliad: 10%

Maen prawf cost: Price Weighting / Pwysoliad: 30%

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: 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

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

Rhif y Lot 7

II.2.1) Teitl

Pneumatic Tube Systems - Maintenance, Design, and Installation

II.2.2) Cod(au) CPV ychwanegol

71317200

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This Lot involves the provision of planned and reactive maintenance of pneumatic tube systems, and the design and installation of pneumatic tube systems.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality Weighting / Pwysoliad: 60%

Maes prawf ansawdd: Social Value Weighting / Pwysoliad: 10%

Maen prawf cost: Price Weighting / Pwysoliad: 30%

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: 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

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

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:

Selection criteria as stated in the 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

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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-025468

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 26/07/2024

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: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 26/07/2024

Amser lleol: 13:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

The value provided in II.1.5 is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

NHS Shared Business Services Limited

Three Cherry Trees Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

UK

E-bost: nsbs.categorymanagementsourcing@nhs.net

Cyfeiriad(au) rhyngrwyd

URL: https://www.sbs.nhs.uk/

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

NHS Shared Business Services Limited

Three Trees Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

UK

E-bost: nsbs.categorymanagementsourcing@nhs.net

Cyfeiriad(au) rhyngrwyd

URL: https://www.sbs.nhs.uk/

VI.5) Dyddiad anfon yr hysbysiad hwn

14/06/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
39525400 Blancedi tân Eitemau tecstil gwneuthuredig amrywiol
44480000 Cyfarpar diogelu rhag tân amrywiol Cynhyrchion gwneuthuredig amrywiol ac eitemau cysylltiedig
35111200 Deunyddiau diffodd tân Cyfarpar diffodd tân
35111300 Diffoddwyr tân Cyfarpar diffodd tân
35111520 Ewyn atal tân neu gyfansoddion tebyg Cyfarpar diffodd tân
45312100 Gwaith gosod systemau larwm tân Gwaith gosod systemau larwm ac antenâu
45232430 Gwaith trin dwr Gwaith ategol ar gyfer piblinellau a cheblau
45262660 Gwaith tynnu asbestos Gwaith adeiladu crefftau arbennig heblaw gwaith toi
75251110 Gwasanaethau atal tân Gwasanaethau brigâd dân
71336000 Gwasanaethau cymorth peirianneg Gwasanaethau peirianneg amrywiol
71318000 Gwasanaethau cynghori ac ymgynghori ar beirianneg Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
50750000 Gwasanaethau cynnal a chadw lifftiau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
51700000 Gwasanaethau gosod cyfarpar diogelu rhag tân Gwasanaethau gosod (heblaw meddalwedd)
71317200 Gwasanaethau iechyd a diogelwch Gwasanaethau ymgynghori ar ddiogelu rhag peryglon a’u rheoli
71333000 Gwasanaethau peirianneg fecanyddol Gwasanaethau peirianneg amrywiol
71334000 Gwasanaethau peirianneg fecanyddol a thrydanol Gwasanaethau peirianneg amrywiol
71314100 Gwasanaethau trydanol Ynni a gwasanaethau cysylltiedig
90650000 Gwasanaethau tynnu asbestos Gwasanaethau glanhau a glanweithdra mewn ardaloedd trefol neu wledig, a gwasanaethau cysylltiedig
71313000 Gwasanaethau ymgynghori ar beirianneg amgylcheddol Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
71317000 Gwasanaethau ymgynghori ar ddiogelu rhag peryglon a’u rheoli Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
42416100 Lifftiau Lifftiau, dyfeisiau codi sgipiau, dyfeisiau codi, escaladuron a llwybrau symudol
42416130 Lifftiau mecanyddol Lifftiau, dyfeisiau codi sgipiau, dyfeisiau codi, escaladuron a llwybrau symudol
42416120 Lifftiau nwyddau Lifftiau, dyfeisiau codi sgipiau, dyfeisiau codi, escaladuron a llwybrau symudol
35111500 System atal tân Cyfarpar diffodd tân
31625200 Systemau larwm tân Larymau lladron a thân
44611500 Tanciau dwr Tanciau

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:
nsbs.categorymanagementsourcing@nhs.net
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.