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

Maintenance of Controlled Door Entry Systems

  • Cyhoeddwyd gyntaf: 12 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 12 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-044728
Cyhoeddwyd gan:
Falkirk Council
ID Awudurdod:
AA21680
Dyddiad cyhoeddi:
12 Mawrth 2024
Dyddiad Cau:
15 Ebrill 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably qualified and experienced contractors to undertake the maintenance of controlled door entry systems including the maintenance of controlled door closing mechanisms to Council properties within the Falkirk Council's area of operations.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Larbert

FK5 4RU

UK

Ffôn: +44 1324506566

E-bost: Stephen.Gow@falkirk.gov.uk

NUTS: UKM76

Cyfeiriad(au) rhyngrwyd

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

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

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:

www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

www.publiccontractsscotland.gov.uk


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

Maintenance of Controlled Door Entry Systems

Cyfeirnod: TCC/014/24

II.1.2) Prif god CPV

50700000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably qualified and experienced contractors to undertake the maintenance of controlled door entry systems including the maintenance of controlled door closing mechanisms to Council properties within the Falkirk Council's area of operations.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 300 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKM76


Prif safle neu fan cyflawni:

Falkirk Council's area of operations.

II.2.4) Disgrifiad o’r caffaeliad

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably qualified and experienced contractors to undertake the maintenance of controlled door entry systems including the maintenance of controlled door closing mechanisms to Council properties within the Falkirk Council's area of operations.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 300 000.00 GBP

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

Dechrau: 01/06/2024

Diwedd: 31/05/2028

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

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 requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House, they must be able to verify to the Council's satisfaction that they are trading from the address provided in the tender and under the Company name given.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

The selection criteria is outlined in the online PCS contract notice.

A Creditsafe credit scoring check will be ran on registered Company name and Company number provided by the bidder. Where the resulting credit rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract.


Lefel(au) gofynnol y safonau sydd eu hangen:

Public Contracts Regulations 2015 state that before awarding the contract, the contracting authority shall require the tenderer(s) to submit up to date supporting documents. This includes the insurance requirements stated in the SPD included in the online PCS contract notice.

Employer's (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance = 10 Million GBP

Product Liability Insurance = 10 Million GBP

Professional Indemnity Insurance = 5 Million GBP

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.

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: 15/04/2024

Amser lleol: 14:00

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

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 15/04/2024

Amser lleol: 14:00

Place:

Falkirk.

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

Tender opening panel comprising Design Officer and Governance personnel.

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

June 2028.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

1. The Contractor is to undertake all electrical services in accordance with the current IET regulations; include for completion of appropriate or equivalent NICEIC/SELECT certification and shall also include certification appropriate to any remedial services required to BS 7671:2018 18th Edition and any subsequent amendments thereto.

2. All Door Entry Operatives employed by the Contractor to work on Framework agreement must be qualified to IET Wiring Regulations BS 7671:2018 18th Edition and any subsequent amendments thereto. Only those Electricians who have been evidenced to the Authority to hold the required relevant, valid and current qualifications are to be deployed by the successful Contractor.

3. Tenderers will provide relevant, valid and current certificates / qualifications of all operatives proposed to be undertaking Door Entry services, including sub-contractors, to the Authority with their tender bid, demonstrating they are qualified to IET Wiring Regulations BS 7671:2018 18th Edition.

4. Please complete Evidence Summary (Appendix B) to list the provided relevant, valid and current attachments of certification / qualifications, per proposed personnel.

5.Where the evidence does not clearly highlight this information to the satisfaction of the Authority, this evidence shall be deemed non-compliant and rejected, at the sole discretion of the Authority.

6. 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 provide responses in relation to 4D.1.2 A through to G in the in the ESPD(Scotland) Standard Statements v1.10.

7. 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 provide responses in relation to 4D.1.4a

through to 4l in the ESPD(Scotland) Standard Statements v1.10

8. 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 provide responses in relation to: A through to G in the ESPD(Scotland) Standard Statements v1.10.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=760487.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

All as set out and described in Annex 6 of the ITT document included within the PSC contract notice.

(SC Ref:760487)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Falkirk Sheriff Court

Main Street

Camelon

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

11/03/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50700000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau Gwasanaethau atgyweirio a chynnal a chadw

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:
Stephen.Gow@falkirk.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.