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.

Dyfarnu Contract

Tender for Air Quality Monitoring and Associated Services

  • Cyhoeddwyd gyntaf: 31 Hydref 2019
  • Wedi'i addasu ddiwethaf: 31 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:
31 Hydref 2019
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

PKC require a supplier to provide and operate continuous monitoring stations and to manage and upload the data output from the monitoring stations to the air quality in Scotland website. The monitors are required to be of the type which continuously monitor ambient pollutant concentrations in situ and automatically produce results.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Perth and Kinross Council

2 High Street

Perth

PH1 5PH

UK

Person cyswllt: Louise Jardine

Ffôn: +44 1738475000

E-bost: LJardine@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.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Yr Amgylchedd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Tender for Air Quality Monitoring and Associated Services

Cyfeirnod: PKC10155

II.1.2) Prif god CPV

90731100

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Perth and Kinross Council were seeking to appoint suitably qualified and experienced suppliers to carry out a wide range of services relating to air quality including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on our identified Air Quality Management Areas (AQMAs) and modelling to inform decision making.

II.1.6) Gwybodaeth am lotiau

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

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 325 356.00 GBP

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Air Quality Monitoring

II.2.2) Cod(au) CPV ychwanegol

90731100

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

PKC require a supplier to provide and operate continuous monitoring stations and to manage and upload the data output from the monitoring stations to the air quality in Scotland website. The monitors are required to be of the type which continuously monitor ambient pollutant concentrations in situ and automatically produce results.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 70

Price / Pwysoliad:  30

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

Rhif y Lot 2

II.2.1) Teitl

Air Quality Consultancy — Projects and Reporting

II.2.2) Cod(au) CPV ychwanegol

90731100

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

PKC are required to report on air quality. This reporting may be in relation to a specific location, problem or intervention or it may be to provide a general overview of local air quality.

At this stage it is not possible to accurately detail what reporting and project work will be required as part of this contract. Examples of outputs which PKC may require under this lot are listed below:

— AQAP reviews

— annual progress report,

— NLEF screening

— LEZ/VAR reporting

— Monitoring and reporting on specific local air quality issues.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 50

Price / Pwysoliad:  50

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

Rhif y Lot 3

II.2.1) Teitl

Air Quality Events and Campaigns

II.2.2) Cod(au) CPV ychwanegol

79952000

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

PKC are involved with projects promoting improvements in air quality and trying to change behaviours, particularly in relation to how people travel.

The supplier will be required to design, plan, organise and run events and campaigns on behalf of PKC.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 50

Price / Pwysoliad:  50

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

Rhif y Lot 4

II.2.1) Teitl

Air Quality Modelling

II.2.2) Cod(au) CPV ychwanegol

90731100

II.2.3) Man cyflawni

Cod NUTS:

UKM77

II.2.4) Disgrifiad o’r caffaeliad

In order to assist with decision making with regards air quality, PKC expect to require modelling to be carried out. The modelling will be used to assess the impact of a change/intervention on local air quality. The supplier will be required to design and run the models and provide interpretative reporting on the model outputs, including a commentary on the uncertainties.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 50

Price / Pwysoliad:  50

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 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

Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu

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 109-265787

Section V: Dyfarnu contract

Rhif y Lot: 1

Teitl: Air Quality Monitoring

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

09/10/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 2

Nifer y tendrau a ddaeth i law gan BBaChau: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 2

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Ricardo-AEA Ltd

Gemini Building, Harwell, Didcot

Oxon

OX11 0QR

UK

Ffôn: +44 1235753000

Ffacs: +44 8701906318

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 375 000.00 GBP

Cyfanswm gwerth y contract/lot: 180 356.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Y gwerth neu gyfran sy’n debygol o gael ei (h)is-gontractio i drydydd partïon

Cyfran: 10 %

Disgrifiad byr o’r rhan o’r contract i’w his-gontractio:

Air Monitors will be responsible for 10 % of the work.

Section V: Dyfarnu contract

Rhif y Lot: 2

Teitl: Air Quality Consultancy — Projects and Reporting

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

17/10/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 3

Nifer y tendrau a ddaeth i law gan BBaChau: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 3

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Sweco UK Ltd

Grove House, Mansion Gate Drive

Leeds

LS7 4DN

UK

Ffôn: +44 1133073307

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 150 000.00 GBP

Cyfanswm gwerth y contract/lot: 70 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 3

Teitl: Air Quality Events and Campaigns

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

09/10/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 1

Nifer y tendrau a ddaeth i law gan BBaChau: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 1

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Ricardo-AEA Ltd

Gemini Building, Harwell, Didcot

Oxon

OX11 0QR

UK

Ffôn: +44 1235753000

Ffacs: +44 8701906318

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 45 000.00 GBP

Cyfanswm gwerth y contract/lot: 20 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 4

Teitl: Air Quality Modelling

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

17/10/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 3

Nifer y tendrau a ddaeth i law gan BBaChau: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 3

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Sweco UK Ltd

Grove House, Mansion Gate Drive

Leeds

LS7 4DN

UK

Ffôn: +44 1133073307

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 130 000.00 GBP

Cyfanswm gwerth y contract/lot: 55 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

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

(a) a documented policy regarding quality management;

(b) documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery;

(c) documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid;

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

4D.1 Health and safety procedures

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

(a) the bidder must have a regularly reviewed and documented policy for health and safety (H&S) management, endorsed by the chief executive officer, or equivalent.

Note: organisations with fewer than 5 employees are not required by law to have a documented policy statement.

(b) a documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents;

(c) 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;

(d) documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance;

(e) 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;

(f) documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;

(g) you must meet any health and safety requirements placed upon you by law.

4D.2 Environmental management procedures

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

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

(b) documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals;

(c) 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.

(SC Ref:601638)

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

29/10/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79952000 Gwasanaethau digwyddiadau Gwasanaethau trefnu arddangosfeydd, ffeiriau a chynadleddau
90731100 Rheoli ansawdd aer Gwasanaethau sy’n gysylltiedig â llygredd aer

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:
LJardine@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.