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

Supply and Installation of Shower Trays and associated Bathroom work

  • Cyhoeddwyd gyntaf: 04 Mai 2024
  • Wedi'i addasu ddiwethaf: 04 Mai 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-03c616
Cyhoeddwyd gan:
Falkirk Council
ID Awudurdod:
AA21680
Dyddiad cyhoeddi:
04 Mai 2024
Dyddiad Cau:
10 Mehefin 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Council propose to enter into a Framework Agreement for the Supply and Installation of Shower Trays and associated Bathroom work to various locations within the Falkirk Council Area.

The Authority at all times reserves the right to award all, some, part or none of the agreement. It is intended that up to 5 Contractors are to be appointed.

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: cpu@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.3) Cyfathrebu

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

https://www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

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


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Tai ac amwynderau cymunedol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Supply and Installation of Shower Trays and associated Bathroom work

Cyfeirnod: TCC/021/23B

II.1.2) Prif god CPV

50000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Council propose to enter into a Framework Agreement for the Supply and Installation of Shower Trays and associated Bathroom work to various locations within the Falkirk Council Area.

The Authority at all times reserves the right to award all, some, part or none of the agreement. It is intended that up to 5 Contractors are to be appointed.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 880 000.00 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

44411400

45332400

II.2.3) Man cyflawni

Cod NUTS:

UKM76


Prif safle neu fan cyflawni:

Falkirk

II.2.4) Disgrifiad o’r caffaeliad

Supply and Installation of Shower Trays, Doors, Gulley Floors and Associated Bathroom Work, inc Site Survey

Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS)

Approximate framework full term Lot Value GBP 3 880 000

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: A1 Contract Implementation / Pwysoliad: 4/20

Maes prawf ansawdd: A2 Demand Management / Pwysoliad: 4/20

Maes prawf ansawdd: A3 Customer and Complaint Management / Pwysoliad: 4/20

Maes prawf ansawdd: A4 Electrical Installations / Pwysoliad: 4/20

Maes prawf ansawdd: A5 Fair Work First / Pwysoliad: 4/20

Price / Pwysoliad:  80

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 880 000.00 GBP

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

Dechrau: 01/09/2024

Diwedd: 31/08/2028

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Term 1st September 2024 to 30th September 2027 (with option for further extension up to 31 August 2028).

The contract may be extended beyond the Initial Term of 30/09/2027, at the Council's sole discretion, for a period up to 31/08/28 by the Council giving the successful Participant not less than 1 month notice prior to the expiry of the Initial Term.

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 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 Qualification Envelope (SPD):

Bidders will be required to state the annual turnover of the bidding entity for the last 3 years.

Where turnover information is not available for the time period requested, the bidder will be required to state the date on which they were set up / started trading.

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 give satisfactory assurances to the Council regarding financial risk in appointing the bidder to the proposed Framework.


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 Qualification Envelope (SPD within PCS):

Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.

Product and Public Liability Insurance = 5 000 000 GBP.

Professional Indemnity Insurance = 2 000 000 GBP.

Bidders who do not meet the criteria above may be excluded from further participation in this procurement exercise.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

The Participant / Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (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. As outlined in PCS Qualification Envelope (SPD) section 1.74.1

OR

The Participant / Bidder must provide responses in relation to 4D.1.4 A through to K in the document SPD (Scotland) Standard Statements


Lefel(au) gofynnol y safonau sydd eu hangen:

Any recorded fail shall result in your submission being non compliant and excluded from the process.

For details of any relevant weighted scoring methodology elements for online SPD PCS module Section / Part 4D, and for ITT Award Criteria, including how each individual element is scored, please refer to Scoring of Submissions, scorecard system within ITT documentation.

Exclusion: 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. Please refer the ITT and related documentation on PCS.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-012704

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

Dyddiad: 10/06/2024

Amser lleol: 11:00

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: 10/06/2024

Amser lleol: 11:00

Place:

Falkirk

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

Tender Opening Committee comprising Council Procurement Adviser

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

April 2027

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Where required, scoring of Selection Criteria, including but not limited to Quality Assurance Schemes (SPD 4D) as outlined in the Qualification Envelope (SPD) on PCS, will be evaluated using the scorecard system detailed in the ITT document (Scoring of submissions).

Bidders in so far as they are known, are requested to list the details of any subcontractors they propose to use.

Bidders are advised to allow adequate time to submit their electronic response well in advance of the closing time to avoid any last minute problems.

Please ensure you give sufficient time to attach all required documentation for your submitted response, via Public Contracts Scotland in advance of deadline. We will not be able to accept any submissions after this deadline.

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=759430.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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 Contractors on the Framework will be required to provide a period of six weeks paid work experience when the cumulative level of spend detailed below is reached:

1st Opportunity: cumulative spend exceeds GBP 100 000

2nd Opportunity: cumulative spend exceeds GBP 300 000

In addition, all Contractors on the Framework will be required to provide the following employed status training opportunities (e.g., modern apprenticeships) when the cumulative level of spend detailed below is reached:

1st Opportunity: cumulative spend exceeds GBP 1M

2nd Opportunity: cumulative spend exceeds GBP 2M

Please refer to ITT document, Schedule 6 for full details of Community Benefits

(SC Ref:759430)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=759430

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Falkirk Sheriff Court and Justice of the Peace Court

Sheriff Court House, Main Street, Camelon

Falkirk

FK1 4AR

UK

Cyfeiriad(au) rhyngrwyd

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

VI.5) Dyddiad anfon yr hysbysiad hwn

03/05/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44411400 Basnau cawod Offer ymolchfa
45332400 Gwaith gosod darnau gosod glanweithiol Gwaith plymwr a gwaith gosod draeniau
50000000 Gwasanaethau atgyweirio a chynnal a chadw Gwasanaethau eraill

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:
cpu@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.