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 Cleaning Services.

  • Cyhoeddwyd gyntaf: 17 Medi 2014
  • Wedi'i addasu ddiwethaf: 17 Medi 2014
  • Fersiwn: N/A
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

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)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
North Wales Fire and Rescue Service
ID Awudurdod:
AA0516
Dyddiad cyhoeddi:
17 Medi 2014
Dyddiad Cau:
17 Hydref 2014
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 the North Wales Fire and Rescue Service.

The work specified within this tender is a single lot contract and all tenderers should be informed that it should be tendered as a single contract.

The current contract value is circa 250 000 GBP and the tender evaluation will be based on Value for Money (MEAT)and not just the lowest price.

1. North Wales Fire and Rescue Service was formed in 1996 through the amalgamation of the former Welsh Brigades. It covers an area of nearly 2 400 square miles and serves a population of just over 678 461 people including hundreds of thousands of visitors and tourists per year. The area of North Wales is made up of rural, coastal and urban areas. The Service operates from some 52 stations and various office sites and employs some 1000 personnel including Wholetime Firefighters, Firefighters on the Retained Duty System, Fire Control staff, and non-uniformed support staff.

The Service covers the five unitary authority areas of Denbighshire, Conwy, Flintshire, Wrexham and Gwynedd (Anglesey) and the Service Headquarters is located in St Asaph.

The split of stations is illustrated below:

Gwynedd:

3 Day Crewed;

1 Training Centre;

17 Retained.

Conwy:

1 Wholetime;

1 Day Crewed;

6 Retained.

Denbighshire:

1 Wholetime;

6 Retained.

Flintshire:

1 Wholetime;

4 Retained;

1 Leased building.

Wrexham:

1 Wholetime;

2 Retained;

1 CSO;

Others including Rhyl and HQ: 6.

2. Tenders will be requested to include a fixed cost per fire service site (Manned and Fulltime) and a separate cost for all retained stations to cover the contract period 1.4.2015 to 31.3.2018 (with an option to extend up to 24 months based on acceptable performance).

3. During the term of the contract there may be a need to add or delete sites should new stations be built, added or closed. The successful supplier will be notified of any changes with three months notice of opening / closure.

4. On occasion there may be a requirement for one-off cleans to cover instances such as open days, community events, etc. These will be quoted as additional to this contract as and when required to be agreed with the service contract manager.

5. In line with the Services refurbishment programme there will be instances when building works will affect the requirement for cleaning at some stations. 3 months' notice will be provided for any change in requirement.

6. Each full time station will require a 5-day clean, Monday to Friday in accordance with the frequencies, standards and description of tasks as set out in the cleaning specification. At full time stations muster rooms are excluded from the contract, but all other areas are to be included unless stated otherwise.

7. Each part time (retained) station will require a once a week clean to the same cleaning standards and tasks but reduced frequencies.

8. At Fire Service Headquarters 5-day clean will be required, Monday to Friday in accordance with the frequencies, standards and description of tasks as set out in the attached cleaning specification.

9. Cleaners on fire service sites must sign the visitor's book as a record of attendance on site. All cleaning should be undertaken during the times specified within the tender documentation.

10. The successful tenderer will be required to arrange a site meeting with the Station Manager / Watch Manager / Officer in Charge during the period of the contract to review the standards on site. The site contact will rate the standard of cleaning as either Exceptional, Acceptable or Unacceptable. The frequency of meeting will be dependant on the type of station to be agreed at pre-contract stage. The inspection to be recorded and reported to the Facilities Manager at FSHQ. To aid with the inspection use sho

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


North Wales Fire and Rescue Service

Ffordd Salesbury, St Asaph Business Park

St Asaph

LL17 0JJ

UK

The Litmus Partnership Ltd


+44 1276673880

pqq@litmuspartnership.co.uk


http://www.nwales-fireservice.org.uk/


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 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
Na

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

Provision of Cleaning 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

The Service covers the five unitary authority areas of Denbighshire, Conwy, Flintshire, Wrexham and Gwynedd (Anglesey) and the Service Headquarters is located in St Asaph, Wales, United Kingdom.



UKL

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 the North Wales Fire and Rescue Service.

The work specified within this tender is a single lot contract and all tenderers should be informed that it should be tendered as a single contract.

The current contract value is circa 250 000 GBP and the tender evaluation will be based on Value for Money (MEAT)and not just the lowest price.

1. North Wales Fire and Rescue Service was formed in 1996 through the amalgamation of the former Welsh Brigades. It covers an area of nearly 2 400 square miles and serves a population of just over 678 461 people including hundreds of thousands of visitors and tourists per year. The area of North Wales is made up of rural, coastal and urban areas. The Service operates from some 52 stations and various office sites and employs some 1000 personnel including Wholetime Firefighters, Firefighters on the Retained Duty System, Fire Control staff, and non-uniformed support staff.

The Service covers the five unitary authority areas of Denbighshire, Conwy, Flintshire, Wrexham and Gwynedd (Anglesey) and the Service Headquarters is located in St Asaph.

The split of stations is illustrated below:

Gwynedd:

3 Day Crewed;

1 Training Centre;

17 Retained.

Conwy:

1 Wholetime;

1 Day Crewed;

6 Retained.

Denbighshire:

1 Wholetime;

6 Retained.

Flintshire:

1 Wholetime;

4 Retained;

1 Leased building.

Wrexham:

1 Wholetime;

2 Retained;

1 CSO;

Others including Rhyl and HQ: 6.

2. Tenders will be requested to include a fixed cost per fire service site (Manned and Fulltime) and a separate cost for all retained stations to cover the contract period 1.4.2015 to 31.3.2018 (with an option to extend up to 24 months based on acceptable performance).

3. During the term of the contract there may be a need to add or delete sites should new stations be built, added or closed. The successful supplier will be notified of any changes with three months notice of opening / closure.

4. On occasion there may be a requirement for one-off cleans to cover instances such as open days, community events, etc. These will be quoted as additional to this contract as and when required to be agreed with the service contract manager.

5. In line with the Services refurbishment programme there will be instances when building works will affect the requirement for cleaning at some stations. 3 months' notice will be provided for any change in requirement.

6. Each full time station will require a 5-day clean, Monday to Friday in accordance with the frequencies, standards and description of tasks as set out in the cleaning specification. At full time stations muster rooms are excluded from the contract, but all other areas are to be included unless stated otherwise.

7. Each part time (retained) station will require a once a week clean to the same cleaning standards and tasks but reduced frequencies.

8. At Fire Service Headquarters 5-day clean will be required, Monday to Friday in accordance with the frequencies, standards and description of tasks as set out in the attached cleaning specification.

9. Cleaners on fire service sites must sign the visitor's book as a record of attendance on site. All cleaning should be undertaken during the times specified within the tender documentation.

10. The successful tenderer will be required to arrange a site meeting with the Station Manager / Watch Manager / Officer in Charge during the period of the contract to review the standards on site. The site contact will rate the standard of cleaning as either Exceptional, Acceptable or Unacceptable. The frequency of meeting will be dependant on the type of station to be agreed at pre-contract stage. The inspection to be recorded and reported to the Facilities Manager at FSHQ. To aid with the inspection use should be made of the Quality Control-Acceptable Cleaning Standards form as at attachment Appendix E.

11. Where there is an absence of the regular cleaner on site the contractor to arrange a relief cleaner within 24 hours.

12. All electrical equipment must confirm to IEE regulations and PAT tested.

13. The successful tenderer will be required to attend quarterly monitoring meetings with the Fire Service contact. The meetings will provide a forum for monitoring performance, discussing problem areas, resolving complaints and establishing action points to enhance service provision.

14. The successful tenderer will ensure that following the commencement date all salaries, wages, commissions, bonuses and holiday pay of the relevant employees are paid and discharged and that no substantial or significant change is made to the working conditions of the relevant employees.

15. The contractor must designate one person as a point of contact who is able to deal with all aspects of this contract.

16. The successful tenderers must have sufficient workforce capacity and geographical knowledge to cover the area indicated on the schedule of rates.

17. Invoices will be submitted for approval to the contract above on a 4 weekly basis.

18. The successful tenderer/s will provide the service in accordance with the service details.

19. The successful tenderer will be required to provide, carry out, execute and complete the service with skill, care and diligence. Failure to provide the level of service expected will result in proceedings being taken.

20. The successful tenderer will be required to provide all materials and equipment required in and for the provision of the service. The Fire Service will provide bin bags, toilet rolls, hand towels and air fresheners.

21. The successful tenderer will be required as may be necessary or desirable, to co-operate, liaise with and co-ordinate its activities with the Fire and Rescue Service contact.

22. The successful tenderer will not make any material alteration or addition to or omission from the services without the written agreement of the Services Facilities / Operations Manager.

23. The successful tendered will employ sufficient persons to ensure that the services are provided in accordance with this agreement and use reasonable endeavours to ensure that employees, staff and personnel employed in or about the provision of the services are properly and sufficiently qualified, competent, skilled, honest and experienced, and are properly and sufficiently instructed and supervised with regard to the provision of the service.

24. The Contractor will be required to produce Method of Work Statements and COSHH information at the commencement of the contract and ensure that these are updated at least on an annual basis.

25. The Contractor will be required to provide a list of names and locations of operatives and update any changes immediately.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

90911200

II.1.7)

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

Blwch heb ei dicio

II.1.8)

Rhannu'n lotiau

Na

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Ie

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 website.

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

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

Conviction of criminal offences – questions are stated in the Pre-Qualification Questionnaire.

Business Probity – 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 website.

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

Failure to achieve a pass in any of the minimum standards will 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 5 000 000 GBP (five million 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 website.

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

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



Health and Safety Policy — Tenderers shall have a robust Health and Safety Policy endorsed by the Company Director(s).

Tenderers shall have in place insurance cover of a minimum:

Public Liability Cover — 10 000 000 GBP (ten million pounds sterling).

Employers Liability Cover — 10 000 000 GBP (ten million pounds sterling).

Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored on a points basis.


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

  17 - 10 - 2014   12:00

IV.3.5)

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

  05 - 12 - 2014

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 closing date for receipt of the Pre-Qualification Questionnaire is 17.10.2014 (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. Policy documents (where indicated in the Pre-Qualification Questionnaire) shall be uploaded to The Litmus Partnership Limited pre-qualification website prior to this closing date and time.

It will be the Tenderer's responsibility to obtain any necessary documents and access to The Litmus Partnership pre-qualification website 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

  12 - 09 - 2014

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90911200 Gwasanaethau glanhau adeiladau Gwasanaethau glanhau llety, adeiladau a ffenestri

Lleoliadau Dosbarthu

ID Disgrifiad
1000 CYMRU

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.