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

Provision of Legionella Management Services

  • Cyhoeddwyd gyntaf: 10 Tachwedd 2023
  • Wedi'i addasu ddiwethaf: 10 Tachwedd 2023

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-0416de
Cyhoeddwyd gan:
Bracknell Forest Borough Council
ID Awudurdod:
AA20847
Dyddiad cyhoeddi:
10 Tachwedd 2023
Dyddiad Cau:
08 Rhagfyr 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full Provision of Legionella Management service.

This is to ensure that we provide a safe building for the occupants, we have an excellent understanding of the condition of the equipment serviced and each of the following –

• A commitment to monitor KPIs to ensure statutory compliance through planned preventative maintenance (PPM) and reactive repairs to ensure our occupants are safe in our properties

• An understanding that each property is unique and have different requirements. This requires a degree of sensitivity from the contractor when working in our properties and the ability to consider the occupants needs, issues and requirements

• To ensure that all water systems within premises operated by the authority meet the requirements as detailed within the approved code of practice L8 ‘Legionnaires Disease, The control of Legionella bacteria in water systems’. Produced by the health and safety commission and any amendments to the ACOP produced during the period of this contract.

• Inspection, Servicing and Testing required:

• Hot Water System

• Cold Water System

• Legionella Sampling

• TVC Sampling

• TMV Servicing

• The Contractor shall be required to carry out the monitoring and inspection of the hot and cold-water services to all sites listed in the Property Schedule. The Contractor shall be required to carry out the annual, quarterly and monthly task as laid out within the Approved Code of Practice and Guidance L8 and HSG274 “Legionnaires Disease” Part 2: The control of legionella bacteria in hot and cold water systems and provide adequate training to the site staff to carry out the weekly tasks

The above areas listed in 1.2.2 are an indication of the services required but are not totally inclusive of all works that may be required.Individual order values will range from £1 up to £5,000 The appointed contractor will be required to provide a full Legionella service to all Bracknell Forest Council premises. All these premises are situated within the Borough of Bracknell Forest Council.

For clarity, and as set out in the Pricing Schedule, Item 12.1 of the JCT MTC 2016, the Schedule of Rates, will be the Council’s own Schedule of Rates. Item 12.4 of the JCT MTC 2016, the basis on which the Schedule of Rates is to be revised, will state as follows: prices will be fixed for the first three years of the contract, and then subject to CPI indexation applied on the third and fourth anniversaries, if the Council takes up the option to extend the Contract for a further one or two years as applicable The contract duration will be for a maximum of 5 years, covering an initial period of 3 years plus 2 optional extensions, each of 1 years or 1 optional extension of 2 years (i.e. 3 + 1 + 1 = 5) or (3 + 2 = 5). Extension choice is at the council’s discretion.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Bracknell Forest Borough Council

Time Square, Market Street

Bracknell

RG12 1JD

UK

E-bost: Procurement.Team@Bracknell-Forest.gov.uk

NUTS: UKJ11

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.bracknell-forest.gov.uk

Cyfeiriad proffil y prynwr: http://www.bracknell-forest.gov.uk

I.3) Cyfathrebu

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

https://procontract.due-north.com/Advert/Index?advertId=514a7871-c878-ee11-8125-005056b64545


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://procontract.due-north.com/Advert/Index?advertId=514a7871-c878-ee11-8125-005056b64545


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

Provision of Legionella Management Services

Cyfeirnod: DN697394

II.1.2) Prif god CPV

71620000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

1.2.1 A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full Provision of Legionella Management service.

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:

UKJ11

II.2.4) Disgrifiad o’r caffaeliad

A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full Provision of Legionella Management service.

This is to ensure that we provide a safe building for the occupants, we have an excellent understanding of the condition of the equipment serviced and each of the following –

• A commitment to monitor KPIs to ensure statutory compliance through planned preventative maintenance (PPM) and reactive repairs to ensure our occupants are safe in our properties

• An understanding that each property is unique and have different requirements. This requires a degree of sensitivity from the contractor when working in our properties and the ability to consider the occupants needs, issues and requirements

• To ensure that all water systems within premises operated by the authority meet the requirements as detailed within the approved code of practice L8 ‘Legionnaires Disease, The control of Legionella bacteria in water systems’. Produced by the health and safety commission and any amendments to the ACOP produced during the period of this contract.

• Inspection, Servicing and Testing required:

• Hot Water System

• Cold Water System

• Legionella Sampling

• TVC Sampling

• TMV Servicing

• The Contractor shall be required to carry out the monitoring and inspection of the hot and cold-water services to all sites listed in the Property Schedule. The Contractor shall be required to carry out the annual, quarterly and monthly task as laid out within the Approved Code of Practice and Guidance L8 and HSG274 “Legionnaires Disease” Part 2: The control of legionella bacteria in hot and cold water systems and provide adequate training to the site staff to carry out the weekly tasks

The above areas listed in 1.2.2 are an indication of the services required but are not totally inclusive of all works that may be required.Individual order values will range from £1 up to £5,000 The appointed contractor will be required to provide a full Legionella service to all Bracknell Forest Council premises. All these premises are situated within the Borough of Bracknell Forest Council.

For clarity, and as set out in the Pricing Schedule, Item 12.1 of the JCT MTC 2016, the Schedule of Rates, will be the Council’s own Schedule of Rates. Item 12.4 of the JCT MTC 2016, the basis on which the Schedule of Rates is to be revised, will state as follows: prices will be fixed for the first three years of the contract, and then subject to CPI indexation applied on the third and fourth anniversaries, if the Council takes up the option to extend the Contract for a further one or two years as applicable The contract duration will be for a maximum of 5 years, covering an initial period of 3 years plus 2 optional extensions, each of 1 years or 1 optional extension of 2 years (i.e. 3 + 1 + 1 = 5) or (3 + 2 = 5). Extension choice is at the council’s discretion.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40%

Price / Pwysoliad:  60%

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

Dechrau: 01/05/2024

Diwedd: 30/04/2029

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

Top Scoring candidates from selection Questionnaire

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

Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be sent through this site via the messaging facility

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:

With in Specification 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

III.2.2) Amodau perfformiad contractau

With in Specification documents

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 gyfyngedig

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: 08/12/2023

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 11/12/2023

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Bracknell Forest Borough Council

Bracknell

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

08/11/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71620000 Gwasanaethau dadansoddi Gwasanaethau profi, dadansoddi ac ymgynghori technegol

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:
Procurement.Team@Bracknell-Forest.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.