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

Planned Preventative and Reactive Maintenance to Public Buildings

  • Cyhoeddwyd gyntaf: 07 Hydref 2019
  • Wedi'i addasu ddiwethaf: 07 Hydref 2019

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:
Perth and Kinross Council
ID Awudurdod:
AA50447
Dyddiad cyhoeddi:
07 Hydref 2019
Dyddiad Cau:
11 Tachwedd 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Inspection and testing of electrical installations

— Fixed wiring inspection and testing (TT system)

— Fixed wiring inspection and testing

— Inspection and testing associated with plant & equipment

— Remedials associated with fixed wiring inspection and testing

— Electrical routine visual inspections

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Perth and Kinross Council

2 High Street

Perth

PH1 5PH

UK

Person cyswllt: Lynn McGeorge

Ffôn: +44 1738475000

E-bost: LEMcGeorge@pkc.gov.uk

NUTS: UKM77

Cyfeiriad(au) rhyngrwyd

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

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

I.3) Cyfathrebu

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

www.publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

www.publictendersscotland.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

Planned Preventative and Reactive Maintenance to Public Buildings

Cyfeirnod: PKC10857

II.1.2) Prif god CPV

50700000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

Perth and Kinross Council are seeking to appoint suitably qualified and experienced contractors to carry out planned preventative and reactive maintenance on public buildings.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 24 850 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 15 lotiau

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Electrical

II.2.2) Cod(au) CPV ychwanegol

50710000

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

1) Electrical

— Emergency lighting checks

— Sports pitch flood lighting inspection

— Portable appliance testing

— Fixed appliance testing

— Emergency generating plant

— Maintenance of pool hoist

— Patient lifting apparatus servicing and testing

— Electrically operated storage heaters

— Induction loop and PA systems

— Lightning protection systems

— Stage lighting and sound system inspection

— AV Systems

— Trace heating

— Reactive maintenance of automatic & manual window openers

— Reactive maintenance of window blinds (automated)

— General electrical works including DBs, cabling and fittings, lighting, fans, appliances and earthing and bonding

— Data communications, connecting of smartboards only & associated repairs

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: 24 850 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 2

II.2.1) Teitl

Inspection and Testing of Electrical Installations

II.2.2) Cod(au) CPV ychwanegol

50711000

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

Inspection and testing of electrical installations

— Fixed wiring inspection and testing (TT system)

— Fixed wiring inspection and testing

— Inspection and testing associated with plant & equipment

— Remedials associated with fixed wiring inspection and testing

— Electrical routine visual inspections

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: 24 850 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 3

II.2.1) Teitl

Goods and Passenger Lifts

II.2.2) Cod(au) CPV ychwanegol

50750000

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

Lift system servicing

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 4

II.2.1) Teitl

Fire & Security

II.2.2) Cod(au) CPV ychwanegol

50610000

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

4) Fire & Security

— Door access and time monitored systems

— Coin mechanism systems

— CCTV system inspection

— Fire alarm system inspection

— Very early smoke detection apparatus servicing

— Intruder alarm inspection

— Nurse call and disabled alarm systems

— Panic alarm systems

— Firefighting equipment inspection

— Remote monitoring of alarm systems (fire/ intruder/ panic)

— Doors, gates and security shutters (automated) inspection

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: 24 850 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 5

II.2.1) Teitl

Life Systems

II.2.2) Cod(au) CPV ychwanegol

31625100

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

5) Life Systems

— Fire stopping

— Fire hydrants

— Wet fire suppression sprinkler systems

— Gas detection systems inspection

— Gaseous fire extinguishing system inspection

— Dry riser inspection and testing

— Smoke ventilation (automatic) inspection

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: 24 850 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 6

II.2.1) Teitl

Ventilation

II.2.2) Cod(au) CPV ychwanegol

71315410

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

6) Ventilation

— Air conditioning system inspections (inc ducting & grilles)

— Air handling units (inc ducting & grilles)

— Mechanical ventilation systems (extract fans) (inc ducting & grilles)

— Trane chillers

— De-humidifier inspection

— Humidifier

— Automatic ventilation and wind catchers

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 7

II.2.1) Teitl

Kitchen

II.2.2) Cod(au) CPV ychwanegol

39221000

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

7) Kitchen

— Maintenance of domestic home economics, electric & gas cooking appliances

— Maintenance of training catering equipment

— Commercial catering equipment servicing

— Grease trap dosing system

— Cleaning of kitchen ventilation canopy

— Mechanical ventilation systems (extract fans) (inc ducting & grilles)

— Fly Screen cleaning

— Gas safety check and service of gas tumble dryer

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: 24 850 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 8

II.2.1) Teitl

Water Management

II.2.2) Cod(au) CPV ychwanegol

90733000

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

8) Water Management

— Monthly water monitoring

— Quarterly water monitoring

— Annual water monitoring

— Annual sampling

— Monthly sampling (swimming pools)

— Risk assessment

— Storage tanks

— DWQR leak in water monitoring

— Water coolers and drinking fountains

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: 24 850 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 9

II.2.1) Teitl

Renewables

II.2.2) Cod(au) CPV ychwanegol

42511110

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

9) Renewables

— Ground source heat pump servicing

— Solar thermal panels

— Solar water heating system inspection

— Air source heat pump inspection

— PV systems inspection

— Rainwater harvesting

— Battery storage

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: 24 850 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 10

II.2.1) Teitl

Plumbing & Heating

II.2.2) Cod(au) CPV ychwanegol

45332200

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

10) Plumbing & Heating

— Combined heat and power

— Oil boiler inspection

— Unvented and mains pressure cylinder inspection

— Gas soundness testing

— Oil storage tanks

— Boiler monitoring systems (CO detector)

— Gas boiler inspection

— Pressurisation units, booster sets and circulation pumps

— Plate heating exchanger inspection

— Mains pressure cylinders

— Warm water units (Calomax boilers)

Indirect warm air unit servicing (includes ambirad)

— Cabinet fan convection heaters

— Building energy management system (not monitoring)

— Underfloor heating

— General plumber works to water services and waste piping, sanitary ware and fittings, etc,

— General heating and hot water systems including boilers, pipework, valves, pumps, pressuring vessels, etc.

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: 24 850 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 11

II.2.1) Teitl

Biomass

II.2.2) Cod(au) CPV ychwanegol

45259300

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

11) Biomass

— Provision of Biomass fuel (inc ash collection)

— Wood burning biomass boiler plant (service & repair)

— Biomass fuel store clean & inspection

— Biomass boiler – chimney clean

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: 2 485 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 12

II.2.1) Teitl

Thorough Examination

II.2.2) Cod(au) CPV ychwanegol

39141500

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

12) Thorough Examination

— Fume cupboards

— LOLER (lifts, roller shutter doors/ hoists)

— PSSR (plate heat exchangers/ expansion vessels/ boilers/ pressure systems)

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: 2 485 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 13

II.2.1) Teitl

Drainage

II.2.2) Cod(au) CPV ychwanegol

44163112

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

13) Drainage

— Below ground drainage work, including CCTV surveys, jetting, hand rodding, drain lining, etc,

— Planned works following drainage surveys

— Rainwater goods

— Suds

— Biodiscs/ Septic Tanks

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: 2 485 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 14

II.2.1) Teitl

General Trades

II.2.2) Cod(au) CPV ychwanegol

50700000

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

14) General Trades

— Masonry

— External Works

— Waterproofing

— Bituminous paving and surfacing

— Floor and wall tiling

— General painter works (internal and external)

— General floor covering works including removals, screeding sheet and tiles

— Glazier works

— General joiner works

— Food Hygiene report remedials

— General drainage works

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: 2 485 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

Rhif y Lot 15

II.2.1) Teitl

Joiner

II.2.2) Cod(au) CPV ychwanegol

45421000

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

15) Joiner

— Glazier works

— General joiner works

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: 24 850 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.

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

The value advised is the estimated value of all lots including extension options.

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:

Suitability

4A.1 Bidders that are applying for the following lots/contracts must confirm that they are registered members of the listed bodies below:

Lot 1: electrical. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:

— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).

Lot 2: inspection and testing of electrical installations. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:

— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).

Lot 3: lift system servicing. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:

— Lift and escalator industry association (LEIA) and/or Lifting equipment engineers association (LEEA),

— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).

Lot 4: fire and security. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:

— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select),

— security systems and alarms inspection board (SSAIB) and/or National security inspectorate (NSI),

— Electrical contractors association (ECA),

— British Approvals for Fire Equipment (BAFE),

— Automatic door suppliers association (ADSA).

Lot 5: Life systems. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:

— British Approvals for Fire Equipment (BAFE),

— British Automatic Fire Sprinkler Association (BAFSA),

— F-Gas Certification.

Lot 6: Ventilation. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:

— building and engineering services association,

— F-gas certification,

— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).

Lot 7: Kitchen. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:

— gas safe,

— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).

Lot 8: Water management. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:

— Water industry approved plumber scheme (WIAPS), or an equivalent independent approval body;

— Member of WaterSafe or Scottish Water Approved Contractor.

Lot 9: Renewables. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:

— the Microgeneration Certification Scheme,

— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).

Lot 10: Plumbing and heating. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:

— gas safe,

— OFTEC

— Water Industry Approved Plumber Scheme (WIAPS), or an equivalent independent approval body,

— Member of WaterSafe or Scottish Water Approved Contractor,

— Building and Engineering Services Association,

— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).

Lot 11: Biomass. Any contractor of sub-contractor undertaking works shall be a member of:

— the Microgeneration Certification Scheme (MCS), or certified by an equivalent scheme

— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT)

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4B.4 Bidders will be required to state the values for the following for the last 2 financial years:

1) Current ratio (current assets divided by current liabilities);

2) Net assets (Net Worth) (value per the balance sheet, no calculations required).

4B.5.1

The bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the types and levels of insurance indicated below:

Employer’s liability insurance in the sum of 10 000 000 GBP;

Public liability insurance in the sum of 5 000 000 GBP;

Professional indemnity insurance in the sum of 2 000 000 GBP.


Lefel(au) gofynnol y safonau sydd eu hangen:

4B.4

The acceptable range is:

1) Current ratio it is expected that the ratio for all years is equal to or greater than 1, i.e. current assets will equal or exceed current liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract;

2) Net Assets (Net Worth) it is expected that the Net Worth for all years will be positive, i.e. a net assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

The Council will download a Dun and Bradstreet credit report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the assessment of business failure is regarded as ‘High’ or ‘Severe’. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as ‘Moderate – High’ or ‘Moderate’ to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth and Kinross Council is not obliged to award the contract to the most economically advantageous tenderer.

4B.5.1

The bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the types and levels of insurance indicated below:

Employer’s liability insurance in the sum of 10 000 000 GBP for each and every claim.

Public liability insurance in the sum of 5 000 000 GBP for each and every claim.

Professional indemnity insurance in the sum of 2 000 000 GBP in the aggregate of one automatic reinstatement of this sum permitted within the policy terms.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

4C: Technical and professional ability

4C: Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable works within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to the lot/contract that the bidder is tendering for and include 3 examples for each lot or lots.

4D: Quality assurance


Lefel(au) gofynnol y safonau sydd eu hangen:

4D.1

Quality management procedures

1) 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

2) The bidder must have the following:

(a) a documented policy regarding quality management;

(b) documented procedures for periodically reviewing, correcting and improving quality performance;

(c) a documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery;

(d) documented arrangements for providing the bidder’s workforce with quality related training;

(e) documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis;

(f) documented arrangements for ensuring that the bidders apply quality management measures;

(g) a documented process demonstrating how the bidder deals with complaints.

Health and safety procedures

3) The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent).

or,

4a) The bidder must have a regularly reviewed and documented policy for health and safety (h&S) management;

4c) A documented procedure how the bidder obtains access to competent health and safety advice and assistance;

4d) Documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organisation is likely to bid;

4e) A documented procedure describing what H&S or other relevant qualifications and experience the bidder’s workforce has;

4f) Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance;

4g) Documented arrangements for involving the bidder’s workforce in the planning and implementation of H&S measures;

4h) Documented procedures for recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years;

4i) Documented arrangements for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged;

4j) Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;

4k) Documented arrangements for cooperating and coordinating the bidder’s work with other suppliers;

4l) For construction/works contracts only

Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder’s employees.

4m) You must meet any health and safety requirements placed upon you by law.

4D.2 Environmental management

1) 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

2) The bidder must have the following:

(a) a regularly reviewed documented policy regarding environmental management, authorised by the chief executive, or equivalent;

(b) documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing/preventing significant impacts on the environment;

(c) documented arrangements for providing employees with training and information on environmental issues;

(d) documented arrangements for checking, reviewing and where necessary improving, the bidder’s environmental management performance;

(e) documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation;

(f) procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling, etc.);

(g) documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged.

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.1.8) 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:

2019/S 097-233278

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

Dyddiad: 11/11/2019

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: 11/02/2020

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 11/11/2019

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

7 years.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14640. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The contracting authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Suppliers must identify sub-contractors.

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

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

Community benefits

Tenderers responding to this tender opportunity are requested to adopt the following community benefits approach.

Perth and Kinross Council (PKC) is committed to maximising community benefits. Community Benefits improve the economic, social or environmental wellbeing of the specific local authority area.

To find information about current community requirements in the Perth and Kinross Council area please look at our website.

Based on estimated spend of this contract any successful supplier will be required to meet a minimum number of community benefits points (please see below spend thresholds). If you are successful in the award of this contract and meet the minimum annual spend Threshold you will be required to communicate with the Council’s designated person to finalise the benefits that you are offering.

Perth and Kinross Council will calculate which annual spend thresholds have been met. Suppliers must report delivered community benefits to PKC’s designated person on a regular basis.

(SC Ref:599601)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Perth and Kinross Council

2 High Street

Perth

PH1 5PH

UK

Ffôn: +44 1738475000

Cyfeiriad(au) rhyngrwyd

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

VI.5) Dyddiad anfon yr hysbysiad hwn

03/10/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71315410 Archwilio systemau awyru Gwasanaethau adeiladu
39221000 Cyfarpar cegin Cyfarpar cegin, eitemau cartref a domestig a chyflenwadau arlwyo
45421000 Gwaith asiedydd Gwaith gosod gwaith asiedydd a saer
45259300 Gwaith atgyweirio a chynnal a chadw gweithfeydd gwresogi Atgyweirio a chynnal a chadw peiriannau
45332200 Gwaith peipiau dwr Gwaith plymwr a gwaith gosod draeniau
50610000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar diogelwch Gwasanaethau atgyweirio a chynnal a chadw deunyddiau diogelwch ac amddiffyn
50700000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau Gwasanaethau atgyweirio a chynnal a chadw
50710000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
50711000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau
50750000 Gwasanaethau cynnal a chadw lifftiau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
90733000 Gwasanaethau sy’n gysylltiedig â llygred dwr Olrhain a monitro llygredd ac adsefydlu yn dilyn llygredd
42511110 Pympiau gwres Unedau a pheiriannau cyfnewid gwres ar gyfer hylifo aer neu nwyon eraill
39141500 Siambrau mwg Dodrefn a chyfarpar cegin
44163112 System ddraenio Pibellau a ffitiadau
31625100 Systemau synhwyro tân Larymau lladron a thân

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:
LEMcGeorge@pkc.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.