Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Paisley Housing Association
64 Espedair Street
Paisley
PA2 6RW
UK
Person cyswllt: Elaine Thomson
Ffôn: +44 1418897105
E-bost: elaine.thomson@paisleyha.org.uk
NUTS: UKM83
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.paisleyha.org.uk
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
AGellir cael gwybodaeth ychwanegol o gyfeiriad arall:
A.D.A Construction Consultants
Pavilion 3, St James Business Park, Linwood Road
Paisley
PA3 3BB
UK
Person cyswllt: Alan Shanks
Ffôn: +44 1418160184
E-bost: alan.shanks@ada-cc.co.uk
NUTS: UKM83
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.ada-cc.co.uk
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
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:
www.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Arall: Registered social landlord
I.5) Prif weithgaredd
Tai ac amwynderau cymunedol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Smoke Detector and Heat Alarm Compliance Works
II.1.2) Prif god CPV
45343000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The contract will mainly involve supply and installation of smoke detectors and heat alarms to existing residential properties. The work will be undertaken to the LD2 level of protection standard with detectors or alarms installed in circulation spaces, livingrooms/lounges and kitchens. The works are being undertaken to ensure that Paisley Housing Association meet the new legislation standard by February 2021 https://www.gov.scot/publications/fire-and-smoke-alarms-in-scottish-homes/
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 489 000.00 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
38431200
31625100
50710000
50711000
50000000
45311000
45311100
45311200
45312100
II.2.3) Man cyflawni
Cod NUTS:
UKM83
Prif safle neu fan cyflawni:
Paisley, Renfrewshire.
II.2.4) Disgrifiad o’r caffaeliad
The procurement for the supplies, works and services is being undertaken in accordance with Regulation 28, open procedure, of the Public Contracts (Scotland) Regulations 2015. The requirement will principally involve the supply and installation of new interlinked smoke detectors and heat alarms. The requirement may also include supply and installation of new combined CO detectors, asbestos surveys and removal or encapsulation works. Bidders must be capable of delivering all requirements described within the contract Notice and tender documentation.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 489 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The requirement includes an optional 12-month extension from February 2021 until January 2022.
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:
Please refer to these statements when completing Section 4A of the ESPD Scotland.
4A.1: If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
4A.2: Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Please refer to these statements when completing Section 4B of the ESPD (Scotland).
Question 4B.1.1: Bidders will be required to have a minimum 'general' yearly turnover of 489 000 GBP for the last 2 years.
Question 4B.1.2: Bidders will be required to have an average yearly turnover of a minimum of 489 000 GBP for the last 2 years. Question 4B.3: Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
4B.5.1 and 4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances indicated below:
— employer's (compulsory) liability insurance: 5 000 000 GBP,
— public liability insurance: 5 000 000 GBP,
— contractors all risk: 1 000 000 GBP.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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 their and the number of 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 or the relevant section of the site notice.
4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards required:
ESPD, Part C technical and professional ability — bidders responses to Part C of the ESPD will be limited to a maximum of 6 A4 single sided pages, excluding any certification that a bidder submits in support of their response, which must be completed in English using Arial 11 font (please refer to Tender Document B for further information).
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.1) Gwybodaeth am broffesiwn penodol
PDim ond proffesiwn penodol all gymryd rhan : Ydy
Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:
Bidders and their proposed subcontractors must be registered with NICEIC, SELECT or an equivalent certified organisation. Bidders and their proposed subcontractors that are not currently registered with NICEIC, SELECT or an equivalent certified organisation must achieve registration with NICEIC, SELECT or an equivalent certified organisation prior to commencement of the contract.
III.2.2) Amodau perfformiad contractau
The performance of the successful bidder will be monitored through the key performance indicators described within tender Document H.
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.1.8) 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:
09/01/2020
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
Rhaid i’r tendr fod yn ddilys tan:
08/04/2020
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
09/01/2020
Amser lleol: 12:00
Place:
Paisley Housing Association, 64 Espedair Street, Paisley.
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Bidders are required to complete the ESPD (Scotland) Version 1.14 attached to the contract notice and provide a completed copy of the ESPD (Scotland) Version 1.14 with their tender submission. Bidders that intend to subcontract or rely on the capacity of other organisations must provide a completed ESPD (questions 2A.1 - 3D.15.4 only) with their tender bid for each subcontractor and/or other organisation that they are reliant on. Part IV Section C 'Technical and Professional Ability' and Part D 'Quality Assurance Schemes and Environmental Management Standards' will be scored on a pass or fail basis using the following scoring methodology;
0 = Unacceptable — Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A Tenderer which scores ‘0 – Unacceptable’ against any question may be disqualified.
1 = Poor — response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 = 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.
3 = Good — response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4 = Very good — response is largely relevant and very good. The response demonstrates a very good understanding of the requirements and provides adequate details on how the requirements will be fulfilled.
5 = 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.
A tenderer will be required to achieve a minimum score of 3 against each Question within Parts C and D, i.e. a score of 3 or greater shall represent a pass whereas a score of 2 of lower will represent a fail. Paisley Housing Association may disregard, and not evaluate the remainder of a tenderers bid should the tenderer fail to achieve the minimum score of 3 (a Pass) against any of the questions included with Parts C and D. Part D — quality assurance schemes and environmental management standards. Please refer to tender Document I 'Standardised Statements' when completing Part IV Section D 'Quality assurance schemes and environmental management standards'.
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=605855.
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.
(SC Ref:605855)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
A.D.A Construction Consultants Ltd
Pavilion 3, St James Business Park, Linwood Road
Paisley
PA3 3BB
UK
Ffôn: +44 1418160184
Cyfeiriad(au) rhyngrwyd
URL: http://www.ada-cc.co.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
26/11/2019