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 — Dorset and Wiltshire and Avon Fire and Rescue Services.

  • Cyhoeddwyd gyntaf: 15 Hydref 2015
  • Wedi'i addasu ddiwethaf: 15 Hydref 2015

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:
Cyhoeddwyd gan:
Avon Fire and Rescue Service
ID Awudurdod:
AA39865
Dyddiad cyhoeddi:
15 Hydref 2015
Dyddiad Cau:
13 Tachwedd 2015
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The successful tenderer will be required to provide cleaning services to Dorset and Wiltshire and Avon Fire and Rescue Services.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Dorset and Wiltshire and Avon Fire and Rescue Services

Dorset, Wiltshire and Avon

Dorchester, Devizes and Bristol


UK

The Litmus Partnership Ltd


+44 1276673880

pqq@litmuspartnership.co.uk






http://www.litmuspartnership.co.uk/project/dorset__wiltshire_and_avon_fire__rescue_services
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Na

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

Cleaning Services — Dorset and Wiltshire and Avon Fire and Rescue Services.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

II.1.2(c))

Math o gontract gwasanaeth

14

II.1.2)

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio

Dorset and Wiltshire and Avon United Kingdom.



UKK22

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch heb ei dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na phedair blynedd

Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith

Amlder a gwerth y contractau a gaiff eu dyfarnu

II.1.5)

Disgrifiad byr o'r contract neu'r pryniant/pryniannau

The successful tenderer will be required to provide cleaning services to Dorset and Wiltshire and Avon Fire and Rescue Services.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

90911000

II.1.7)

Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)

Blwch wedi'i dicio

II.1.8)

Rhannu'n lotiau

Ie

Blwch heb ei dicio Blwch wedi'i dicio Blwch heb ei dicio

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Ie

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

Avon Fire and Rescue Services provide prevention, protection and response services across the former Avon area, now made up the 4 unitary authorities of Bath and North East Somerset, Bristol, North Somerset and South Gloucestershire.

AFRS Headquarters is based in Bristol city centre and there are 22 fire stations across the area.

AFRS also have ten Community Safety Centres (CSCs) which provide safety advice, internet access and meeting facilities free of charge to local groups. The CSCs can be found at Headquarters, Avonmouth, Bath, Bedminster, Keynsham, Kingswood, Nailsea, Patchway, Southmead, Weston-super-Mare and Yate fire stations.

AFRS employ around 880 people; including approximately 540 Wholetime firefighters, 210 Retained Duty firefighters, 30 Control staff and 100 Support Staff.

The combined Dorset and Wiltshire Fire and Rescue Service officially came into being in shadow status on 1.4.2015 and will replace the 2 existing Authorities on 1.4.2016. This combination will help to secure the future of the 2 Services and the continued safety of the public in the 2 counties.

Wiltshire Fire and Rescue Service has 24 fire stations serving local communities. This operational response is supported by staff based at a number of other sites, including Service HQ, the Control room (where 999 calls are answered), the Training and Development Centre, Fleet Services (including vehicle workshops) and Occupational Health.

Dorset Fire and Rescue Service has 26 fire stations, serving the people of Bournemouth, Poole and Dorset. In addition, there are the Service Headquarters and Vehicle Workshops. Of the fire stations, 7 are staffed by Wholetime (full time) firefighters and 19 are staffed by On-Call (retained) firefighters. Some DRFS fire stations provide community facilities, offering meeting facilities to local groups, free of charge. These are at Lyme Regis, Maiden Newton, Portland, Weymouth, Gillingham, Swanage, Hamworthy and Christchurch.

Incorporated with Weymouth Community Fire Station is the Community Safety Centre, home to Safewise and Firewise, operated by the Streetwise charity.

Service Headquarters, Dorchester and Poole Fire Stations are provided under a PFI contract, under which Dorset Fire and Rescue Service are responsible for the periodic cleaning of the interiors.

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities for the Services. The high quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for both the staff and visitors.

Due to the changing requirements in each authority, total flexibility will be required from the successful contractor with regard to the changes in station layouts due to building works and station openings / closures, due to relocation.

The basis and rationale that the Clients require the successful contractor to operate to at all times, is being able to provide an environment that is fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all specifications are achieved and that the frequency of cleans is as detailed within the Tender Specification.

The contract being tendered is for 3 years in duration from 1.4.2016 until 31.3.2019 and will be fixed price in nature, with the Contractor invoicing the Client for one-twelfth of the annual cost on a monthly basis. The contract may be extended for a further period of up to 2 years, by mutual agreement.

It should be noted that the successful contractor will be expected to bring to the contract: innovation; new equipment; and cleaning methods, with BICSc standards being achieved, as a minimum, thus ensuring that the highest levels of cleanliness are maintained in all areas at all times and also ensuring that the productivity of the cleaning operatives is enhanced moving forward into the new contract term.

At present cleaning operatives are employed to work Monday to Friday and the costs also include a Contracts Manager, Mobile Operatives and vehicles and Supervisors.

Cleaning is required over 252 days excluding bank holidays and weekends.

The value of DFRS contracts are 104 337 GBP, which includes:

— Periodic cleaning at Service Headquarters, Vehicle Workshops and wholetime fire stations;

— Quarterly window cleaning (internal and external), internal glazed screens, the washdown area canopy, gutters and downpipes at Weymouth Community Fire Station and Safety Centre, including the real fire demonstrator that is part of Firewise. High level access to the canopy, roof, gutters and downpipes is currently provided by the On-Call establishment at the fire station, using the aerial ladder platform (ALP) based there. The cost of On-Call firefighters' time for this is included in our overall costs;

— Quarterly window cleaning (internal) and internal glazed screens at Service Headquarters, Dorchester and Poole Fire Stations;

— Washroom services, but not washroom supplies;

— Barrier matting at Service Headquarters.

As the majority of stations are currently cleaned by firefighters, calculating the current costs is not possible. Future requirements will be dictated by this tender process.

The value of the current WFRS contract is 145 119 GBP, which includes window cleaning 2 x per annum, all periodic cleaning, washroom services and washroom supplies.

The value of the current AFRS contract is 192 480 GBP, which includes window cleaning 2 x per annum, all periodic cleaning, washroom services and washroom supplies.

There are numerous plans for changes and additional buildings throughout the Services over the next 3 years and this may increase the level of cleaning required within these areas, when the work is being carried out and thereafter. Therefore the Contractor would be expected to provide advice and expertise and be flexible in their approach, in order to incorporate the changes.

The Fire Services' objectives:

— To further increase the standards of cleanliness within all sites and to ensure uniformity so that all sites meet the same exacting standards;

— To receive a service that complies with the service standards;

— To receive consistently high quality cleaning standards and be proactive in its delivery;

— To generate an improved working environment for all staff and visitors, in all areas;

— To receive pro-active management support for the cleaning staff;

— To hold regular review meetings with the successful contractor, adding value through 2-way constructive feedback;

— To achieve overall value for money.

In accordance with the Government's Policy on Transparency and the Public Contract Regulations 2015, Potential Providers should be aware that the Fire and Rescue Service publishes details of tender documents and any subsequent contract on its website and on the Government's Contract Finder.

II.2.2)

Opsiynau

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

Nifer yr adnewyddiadau posibl

Yn achos contractau cyflenwadau neu wasanaethau adnewyddadwy, amserlen amcangyfrifedig ar gyfer contractau dilynol

II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

  01 - 04 - 2016   31 - 03 - 2021

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol gweithredwyr economaidd, gan gynnwys gofynion sy'n ymwneud â chofrestru ar gofrestrau proffesiynol neu fasnach


Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited.

Minimum standards for participation are stated in the Pre-Qualification Questionnaire.

Failure to achieve a pass in any of the minimum standards may result in your exclusion from any further part in this process.

Grounds for mandatory and discretionary exclusion — questions are stated in the Pre-Qualification Questionnaire.

III.2.2)

Capasiti economaidd ac ariannol


Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited.

Minimum standards for participation are stated in the Pre-Qualification Questionnaire.

Failure to achieve a pass in any of the minimum standards may result in your exclusion from any further part in this process.



Economic and financial standing — Tenderers are required to have a minimum annual turnover of 2 500 000 GBP (two million five hundred thousand pounds sterling).

Suppliers must be financially fluid and currently trading.

They must not be recorded at Companies House as having any negative action / event (dissolved, removed, in liquidation, etc.) that calls into question their financial / corporate standing. Such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last full year of accounts (audited and accompanied by auditors' confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank if they are below the statutory audit threshold). Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.

If a business has been recently set up and not audited, annual or endorsed accounts have been produced, unaudited or management accounts for the 3 months prior to the application must be provided and certified by an independent Chartered Accountant or accompanied by a positive bankers reference for the bidder.

Where information is available to the contracting authority that points to concerns over financial viability, further information may be requested to evidence financial viability and non-availability of, or refusal to provide such evidence, will be deemed to be a failure to meet minimum standards of economic and financial standing.


III.2.3)

Capasiti technegol


Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited.

Minimum standards for participation are stated in the Pre-Qualification Questionnaire.

Failure to achieve a pass in any of the minimum standards may result in your exclusion from any further part in this process.



Tenderers are required to self-certify whether they already have, or can commit to obtain, prior to the commencement of the contract, the minimum levels of insurance cover of:

— Employers Liability Cover — 5 000 000 GBP (five million pounds sterling);

— Public Liability Cover — 5 000 000 GBP (five million pounds sterling);

— Professional Indemnity Cover — 1 000 000 GBP (one million pounds sterling);

— Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored as per the stated criteria.


III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


Blwch heb ei dicio Blwch wedi'i dicio
Blwch heb ei dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch heb ei dicio

Cyfiawnhad dros ddewis gweithdrefn gyflym

IV.1.1)

A yw ymgeiswyr wedi'u dewis eisoes?

Na

IV.1.2)

Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan

510

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

IV.1.3)

Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog

Blwch heb ei dicio

IV.2)

Meini Prawf Dyfarnu

Na


Ie

Na

IV.2.2)

Defnyddir arwerthiant electronig

Na

IV.3 Gwybodaeth Weinyddol

IV.3.1)

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio

IV.3.2)

Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael manylebau a dogfennau ychwanegol



 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  13 - 11 - 2015   12:00

IV.3.5)

Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd

  27 - 11 - 2015

IV.3.6)

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

Blwch wedi'i dicio     

IV.3.7)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw'r tendr 

IV.3.8)

Amodau ar gyfer agor tendrau





Adran VI: Gwybodaeth Arall

VI.1)

Nodwch a yw'r broses gaffael hon yn digwydd yn rheolaidd a rhowch Amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi


VI.2)

A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?

Na



VI.3)

Gwybodaeth Ychwanegol

Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk clearly stating within this email which contract / notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.

The pre-qualification questionnaire and associated documents can be obtained at: http://www.litmuspartnership.co.uk/project/dorset__wiltshire_and_avon_fire__rescue_services

The closing date for receipt of the Pre-Qualification Questionnaire is 13.11.2015 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.

Documents in respect of economic / financial standing (where indicated in the Pre-Qualification Questionnaire) shall be returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.

It will be the Tenderer's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this OJEU notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am y gweithdrefnau apelio










Corff sy'n gyfrifol am y gweithdrefnau cyfryngu










VI.4.2)

Cyflwyno apeliadau

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  10 - 10 - 2015

ATODIAD B

Gwybodaeth Am Lotiau

1     Lot 1

1)

Disgrifiad Byr

2)

Geirfa Gaffael Gyffredin (CPV)

90911000

3)

Maint neu gwmpas

Lot 1 Stations:

— Malmesbury;

— Chippenham;

— Corsham;

— Calne;

— Royal Wootton Bassett;

— Cricklade;

— Westlea;

— Stratton;

— Swindon Drove Road;

— Ramsbury;

— Marlborough.


4)

Syniad o ddyddiadau gwahanol y contract

  01 - 04 - 2016   31 - 03 - 2021

5)

Gwybodaeth Ychwanegol am lotiau

This tender has been divided into lots, on order that Contractors may bid on the entire Estate as a whole, or on a number of smaller cluster of stations.

ATODIAD B

Gwybodaeth Am Lotiau

2     Lot 2

1)

Disgrifiad Byr

2)

Geirfa Gaffael Gyffredin (CPV)

90911000

3)

Maint neu gwmpas

Lot 2 Stations:

— Bradford;

— Melksham;

— Bowerhill Workshops;

— Training and Development Centre, Devizes;

— Occupational Health, Bromham;

— Trowbridge and Trowbridge Stores;

— Westbury;

— Warminster;

— Headquarters, Potterne;

— Devizes;

— Pewsey;

— Ludgershall.


4)

Syniad o ddyddiadau gwahanol y contract

  01 - 04 - 2016   31 - 03 - 2021

5)

Gwybodaeth Ychwanegol am lotiau

This tender has been divided into lots, on order that Contractors may bid on the entire Estate as a whole, or on a number of smaller cluster of stations.

ATODIAD B

Gwybodaeth Am Lotiau

3     Lot 3

1)

Disgrifiad Byr

2)

Geirfa Gaffael Gyffredin (CPV)

90911000

3)

Maint neu gwmpas

Lot 3 Stations:

— Amesbury;

— Wilton;

— Salisbury;

— Tisbury;

— Mere;

— Gillingham;

— Shaftesbury;

— Sturminster Newton;

— Blandford;

— Cranborne;

— Verwood.


4)

Syniad o ddyddiadau gwahanol y contract

  01 - 04 - 2016   31 - 03 - 2021

5)

Gwybodaeth Ychwanegol am lotiau

This tender has been divided into lots, on order that Contractors may bid on the entire Estate as a whole, or on a number of smaller cluster of stations.

ATODIAD B

Gwybodaeth Am Lotiau

4     Lot 4

1)

Disgrifiad Byr

2)

Geirfa Gaffael Gyffredin (CPV)

90911000

3)

Maint neu gwmpas

Lot 4 Stations:

— Sherborne;

— Beaminster;

— Charmouth;

— Lyme Regis;

— Bridport;

— Maiden Newton;

— Vehicle Workshops;

— Weymouth and Safety Centre;

— Portland;

— DFRS Headquarters, Dorchester;

— Dorchester.


4)

Syniad o ddyddiadau gwahanol y contract

  01 - 04 - 2016   31 - 03 - 2021

5)

Gwybodaeth Ychwanegol am lotiau

This tender has been divided into lots, on order that Contractors may bid on the entire Estate as a whole, or on a number of smaller cluster of stations.

ATODIAD B

Gwybodaeth Am Lotiau

5     Lot 5

1)

Disgrifiad Byr

2)

Geirfa Gaffael Gyffredin (CPV)

90911000

3)

Maint neu gwmpas

Lot 5 Stations:

— DFRS Training Centre;

— Ferndown;

— Redhill;

— Wimborne;

— Christchurch;

— Springbourne;

— Westbourne;

— Hamworthy;

— Poole;

— Bere Regis;

— Wareham;

— Swanage.


4)

Syniad o ddyddiadau gwahanol y contract

  01 - 04 - 2016   31 - 03 - 2021

5)

Gwybodaeth Ychwanegol am lotiau

This tender has been divided into lots, on order that Contractors may bid on the entire Estate as a whole, or on a number of smaller cluster of stations.

ATODIAD B

Gwybodaeth Am Lotiau

6     Lot 6 — Bath and North East Somerset Area

1)

Disgrifiad Byr

2)

Geirfa Gaffael Gyffredin (CPV)

90911000

3)

Maint neu gwmpas

Lot 6 Stations:

— Bath;

— Chew Magna;

— *Keynsham;

— Paulton;

— Radstock;

— Lansdown.

*Please note that Brislington (Lot 7) and Keynsham Fire Stations are planned for closure and will be replaced by a new Fire Station at Hicks Gate, Keynsham in the near future.


4)

Syniad o ddyddiadau gwahanol y contract

  01 - 04 - 2016   31 - 03 - 2021

5)

Gwybodaeth Ychwanegol am lotiau

This tender has been divided into lots, on order that Contractors may bid on the entire Estate as a whole, or on a number of smaller cluster of stations.

ATODIAD B

Gwybodaeth Am Lotiau

7     Lot 7 — Bristol Area

1)

Disgrifiad Byr

2)

Geirfa Gaffael Gyffredin (CPV)

90911000

3)

Maint neu gwmpas

Lot 7 Stations:

— Avonmouth;

— Bedminster;

— *Brislington;

— Southmead;

— Temple Back;

— Nova Way Technical Centre;

*Please note that Brislington and Keynsham (Lot 6) Fire Stations are planned for closure and will be replaced by a new Fire Station at Hicks Gate, Keynsham in the near future.


4)

Syniad o ddyddiadau gwahanol y contract

  01 - 04 - 2016   31 - 03 - 2021

5)

Gwybodaeth Ychwanegol am lotiau

This tender has been divided into lots, on order that Contractors may bid on the entire Estate as a whole, or on a number of smaller cluster of stations.

ATODIAD B

Gwybodaeth Am Lotiau

8     Lot 8 — North Somerset Area

1)

Disgrifiad Byr

2)

Geirfa Gaffael Gyffredin (CPV)

90911000

3)

Maint neu gwmpas

Lot 8 Stations:

— Station;

— Blagdon;

— Clevedon;

— Nailsea;

— Pill;

— Portishead;

— Weston-super-Mare;

— Winscombe;

— Yatton.


4)

Syniad o ddyddiadau gwahanol y contract

  01 - 04 - 2016   31 - 03 - 2021

5)

Gwybodaeth Ychwanegol am lotiau

This tender has been divided into lots, on order that Contractors may bid on the entire Estate as a whole, or on a number of smaller cluster of stations.

ATODIAD B

Gwybodaeth Am Lotiau

9     Lot 9 — South Gloucestershire Area

1)

Disgrifiad Byr

2)

Geirfa Gaffael Gyffredin (CPV)

90911000

3)

Maint neu gwmpas

Lot 9 Stations:

— Kingswood;

—Patchway;

—Thornbury;

—Yate.


4)

Syniad o ddyddiadau gwahanol y contract

  01 - 04 - 2016   31 - 03 - 2021

5)

Gwybodaeth Ychwanegol am lotiau

This tender has been divided into lots, on order that Contractors may bid on the entire Estate as a whole, or on a number of smaller cluster of stations.


Codio

Categorïau nwyddau

ID Teitl Prif gategori
90911000 Gwasanaethau glanhau llety, adeiladau a ffenestri Gwasanaethau glanhau

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:
pqq@litmuspartnership.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.