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

Cleaning Services at Oban

  • Cyhoeddwyd gyntaf: 06 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 06 Mawrth 2024

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-04457b
Cyhoeddwyd gan:
CalMac Ferries Limited
ID Awudurdod:
AA21565
Dyddiad cyhoeddi:
06 Mawrth 2024
Dyddiad Cau:
04 Ebrill 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

CalMac Ferries Ltd (CFL), a subsidiary of David MacBrayne Limited, is seeking to enter a contractual agreement with a suitably experienced Contractor for the provision of office and vessel cleaning services.

- Oban Ferry Terminal PA34 4DB – Office Areas, Waiting Room & Window Cleaning.

- MV Loch Frisa, Oban PA34 4DB.

Each location has its own unique set of requirements and these are detailed within each of the specifications provided in the attachment area.

This will be awarded to a single contractor.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

CalMac Ferries Limited

The Ferry Terminal

Gourock

PA19 1QP

UK

Person cyswllt: Alison Ure

Ffôn: +44 1475650243

E-bost: alison.ure@calmac.co.uk

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.calmac.co.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

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/


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/


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Arall: Ferry Operator

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Cleaning Services at Oban

Cyfeirnod: CSHS23-126

II.1.2) Prif god CPV

90910000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Cleaning Service for Oban Ferry Terminal and MV Loch Frisa, PA34 4DB.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 380 000.00 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

90910000

90911300

II.2.3) Man cyflawni

Cod NUTS:

UKM63


Prif safle neu fan cyflawni:

Oban Ferry Terminal & MV Loch Frisa, Oban, PA34 4DB

II.2.4) Disgrifiad o’r caffaeliad

CalMac Ferries Ltd (CFL), a subsidiary of David MacBrayne Limited, is seeking to enter a contractual agreement with a suitably experienced Contractor for the provision of office and vessel cleaning services.

- Oban Ferry Terminal PA34 4DB – Office Areas, Waiting Room & Window Cleaning.

- MV Loch Frisa, Oban PA34 4DB.

Each location has its own unique set of requirements and these are detailed within each of the specifications provided in the attachment area.

This will be awarded to a single contractor.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical & Quality / Pwysoliad: 40

Price / Pwysoliad:  60

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

Hyd mewn misoedd: 24

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Optional Extension of 2 x 12 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.1.1) 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:

It is a mandatory requirement that the successful Tenderer will be Real Living Wage accredited.

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

Rhestr a disgrifiad byr o’r meini prawf dethol:

Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes.

Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required health and safety standards in accordance with BS OHSAS 18001:2007 Health & Safety Management Systems or working towards ISO 45001:2018 Occupational Health & Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards.

Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards.


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

Rhif yr hysbysiad yn OJ S:

2020/S 005-006868

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

Dyddiad: 04/04/2024

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: 04/04/2024

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:

Either 24 months or 48 months from commencement of Contract.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Please note the following have been removed from SPD:

Pt 2A Lots

Pt 2A Official List and Certification

Pt 4A Professional & Trade Register

Pt 4E Global Questions

Bidders should be able to provide insurances:

Professional Risk Indemnity: 5,000,000 GBP

Employer's (Compulsory) Liability: 5,000,000 GBP

Public Liability: 5,000,000 GBP

You may wish to advise your insurance company that employees will be in a marine environment.

Bidders will be scored on the following:

Understanding the Requirement 10%; Ensuring Quality 15%; Implementation Plan 10%; Contract Management 10%; Risk 10%; Business Continuity 15%; Previous Similar Experience 10%; Training 5%; Community Benefits 5%; Fair Work Practices 5%; Climate Change 5%.

100 Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

75 Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled.

50 Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

25 Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

0 - Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26120. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:758403)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

UK

Ffôn: +44 1475787073

E-bost: greenock@scotcourts.gov.uk

Ffacs: +44 1475787073

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

UK

Ffôn: +44 1475787073

E-bost: greenock@scotcourts.gov.uk

Ffacs: +44 1475787073

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

Greenock Sherriff Court

1 Nelson Street

Greenock

PA15 1TR

UK

Ffôn: +44 1475787073

E-bost: greenock@scotcourts.gov.uk

Ffacs: +44 1475787073

VI.5) Dyddiad anfon yr hysbysiad hwn

05/03/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90910000 Gwasanaethau glanhau Gwasanaethau glanhau a glanweithdra
90911300 Gwasanaethau glanhau ffenestri Gwasanaethau glanhau llety, adeiladau a ffenestri

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:
alison.ure@calmac.co.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.