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

PRN — 004075 — Nottinghamshire and City of Nottingham Fire Authority Cleaning Services and Grounds M

  • Cyhoeddwyd gyntaf: 21 Medi 2016
  • Wedi'i addasu ddiwethaf: 21 Medi 2016

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:
Nottinghamshire Fire and Rescue Service
ID Awudurdod:
AA47875
Dyddiad cyhoeddi:
21 Medi 2016
Dyddiad Cau:
21 Tachwedd 2016
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Nottinghamshire and City of Nottingham Fire Authority is inviting expressions of interest from suitably qualified and experienced organisations wishing to be considered for inclusion on the tender list for the Cleaning Services and Ground Maintenance Contract at the Authority's Estate. The Authority's estate comprises of 27 sites which include Headquarters, whole time and retained fire stations along with training blocks and training towers. A list of all sites will be appended to the Pre Qualification Questionnaire. The cleaning element of the contract is to provide spot cleans and full cleans to the Authority's Estate along with deep, reactive, and specialist cleans where necessary. Additional cleaning services will include, but will not be limited to, the cleaning of light diffusers, carpets, chairs etc. Cleaning services will be required throughout all buildings and stations within the Authority's estate including, but not limited to, office accommodation, canteen / dining areas, changing rooms / lockers, breathing apparatus preparation rooms, laundry rooms, stores, and toilets. Limitations may, however, be imposed on certain operational areas which will be further identified at ITT Stage. The grounds maintenance element of the contract is to provide, but will not be limited to, grass cutting, window cleaning, white lining and pruning to external areas within the Authority's Estate. A schedule of cleaning and grounds maintenance for each site will be provided at Invitation to Tender stage, outlining the services and frequency of clean / grounds maintenance required per site. The Cleaning Services and Ground Maintenance Contract will be a three year contract with the option of extending for an additional two years. The estimated value of the Cleaning and Grounds Maintenance Contract will range between £750,000 to £780,000 exclusive of VAT over the three years of the Contract, there will be an option to extend the contract for a further two years with a potential total contract value of £1,250,000 to £1,300,000 excluding VAT over the five year total contract period.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Nottinghamshire Fire and Rescue Service

Bestwood Lodge, Arnold

Nottingham

NG5 8PD

UK

Procurement Team via NFRS In-Tend correspondence — Link https://in-tend.co.uk/notts-fire/aspx/Home All correspondence must be through the NFRS In-Tend tendering eprocurement portal.





https://in-tendhost.co.uk/notts-fire/aspx/Home


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 wedi'i dicio
Fire Authority
Blwch wedi'i 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

PRN — 004075 — Nottinghamshire and City of Nottingham Fire Authority Cleaning Services and Grounds Maintenance Contract.

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



UKF14

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

Nottinghamshire and City of Nottingham Fire Authority is inviting expressions of interest from suitably qualified and experienced organisations wishing to be considered for inclusion on the tender list for the Cleaning Services and Ground Maintenance Contract at the Authority's Estate. The Authority's estate comprises of 27 sites which include Headquarters, whole time and retained fire stations along with training blocks and training towers. A list of all sites will be appended to the Pre Qualification Questionnaire. The cleaning element of the contract is to provide spot cleans and full cleans to the Authority's Estate along with deep, reactive, and specialist cleans where necessary. Additional cleaning services will include, but will not be limited to, the cleaning of light diffusers, carpets, chairs etc. Cleaning services will be required throughout all buildings and stations within the Authority's estate including, but not limited to, office accommodation, canteen / dining areas, changing rooms / lockers, breathing apparatus preparation rooms, laundry rooms, stores, and toilets. Limitations may, however, be imposed on certain operational areas which will be further identified at ITT Stage. The grounds maintenance element of the contract is to provide, but will not be limited to, grass cutting, window cleaning, white lining and pruning to external areas within the Authority's Estate. A schedule of cleaning and grounds maintenance for each site will be provided at Invitation to Tender stage, outlining the services and frequency of clean / grounds maintenance required per site. The Cleaning Services and Ground Maintenance Contract will be a three year contract with the option of extending for an additional two years. The estimated value of the Cleaning and Grounds Maintenance Contract will range between £750,000 to £780,000 exclusive of VAT over the three years of the Contract, there will be an option to extend the contract for a further two years with a potential total contract value of £1,250,000 to £1,300,000 excluding VAT over the five year total contract period.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

90910000
90911200

II.1.7)

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

Blwch wedi'i dicio

II.1.8)

Rhannu'n lotiau

Na

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Na

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

The Authority has 27 sites spread across the county of Nottinghamshire and within Nottingham City itself (a list of all sites will be included within the Pre Qualification Questionnaire). The Authority is looking to let a ‘term’ contract for Cleaning Services and Ground Maintenance across the Authority's Estate. The contract will replace an existing contract, which is due for expiry 31st March 2017.

The chosen provider will be assessed on a regular basis against Key Performance Indicators (KPI's) set by the Authority. Further information regarding KPI's will be included at Invitation to Tender stage. Through this procurement exercise, the Authority are looking to achieve the following:

— To provide best value through the application of economies of scale

— To provide a common standard in the way that the Authority expects its contractors to manage equality and diversity and in harmony with its own.

— To provide a common standard for our requirements in the way that the Authority expects its contractors to manage environmental issues in line with its own

— To provide a single point of responsibility for the Authority

— To provide a standard level of service for contract services across the Authority's estate

— To reduce costs year on year

It is worthwhile to note at this point that the Authority recognises that the Transfer Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply in respect of this Contract, and should they so apply that for the purposes of those Regulations, the undertaking concerned (or any relevant part of the undertaking) shall transfer to the Preferred Provider on the commencement of full operations.

1 250 0001 300 000
GBP

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

36

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.1)

Amodau sy'n Ymwneud â'r Contract

III.1.1)

Adneuon a gwarantau sydd eu hangen

The right to request appropriate guarantees and bonds is reserved.

III.1.2)

Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol

Payments terms will be indicated in the contract documents. Tenders are to be priced in GBP. Payments will be made in GBP only.

III.1.3)

Y ffurf gyfreithiol i'w chymryd gan y grŵp o gyflenwyr, contractwyr neu ddarparwyr gwasanaeth y caiff y contract ei ddyfarnu iddo

No special legal form is required. However where a contract is awarded to a consortium which is not a legal entity, the contract will require a lead contractor to be named. The lead contractor shall accept responsibility for all of the obligations of the members of the consortium. The contract will impose joint and several liability on consortium members.

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

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


Participants will be required to complete a PQQ which will be provided upon request by expressing an interest via the NFRS e-procurement system In-Tend https://in-tendhost.co.uk/notts-fire/aspx/Home — see regulation 57 of the Public Contracts Regulations 2015.

III.2.2)

Capasiti economaidd ac ariannol


Please refer to the financial and economic standing requirement as stated in the Pre Qualification Questionnaire and see regulation 58 of the Public Contracts Regulations 2015.



Appropriate statements to confirm any firms have or will have the following insurances;

Professional Indemnity Insurance — £2 million per insurance period

Employers Liability — £5 Million on each and every claim or series of connected claims basis.

Public Liability — £10 Million on each and every claim or series of connected claims basis.


III.2.3)

Capasiti technegol


Please refer to the technical requirements as stated in the Pre Qualification Questionnaire and see regulation 58 of the Public Contracts Regulations 2015.




III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

III.3)

Amodau sy'n Benodol i Gontractau Gwasanaeth

III.3.1)

A gaiff y gwaith o ddarparu'r gwasanaeth ei gadw ar gyfer proffesiwn penodol?

Ie

All organisations should be able to demonstrate professional competence and experience through membership of British Institute of Cleaning Science (or equivalent) that sets standards in training requirements/ standards/ code of conduct etc.

III.3.2)

A fydd yn ofynnol i endidau cyfreithiol nodi enwau a chymwysterau proffesiynol y personél a fydd yn gyfrifol am ddarparu'r gwasanaeth?

Ie

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

6

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

Candidates will be restricted to the top 6 candidates as ranked after marking the PQQ, who have passed all Pass/ Fail elements of the PQQ and if less than 6, pass all pass/ fail elements, it will be the number that have passed all of the pass/ fail elements.

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

PRN - 004075

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

  21 - 10 - 2016

 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  21 - 11 - 2016   12:00

IV.3.5)

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

  8 - 12 - 2016

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


Approximately 6 months prior to the end of the contract.

VI.2)

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

Na



VI.3)

Gwybodaeth Ychwanegol

Subject to the outcome of the procurement process and the Authority's own internal procedures, it is anticipated that any contract awarded will commence on Friday 1.4.2017 for a period of three years. An option to extend the contract for a period of up to 2 years will be at the discretion of the Authority.

The PQQ contains important background and contextual information. The contractual conditions will be set out in the ITT and it is the Authority's intention to include certain provisions relating, but not limited to, the provision of management information to the Authority. Further information will be available at PQQ and ITT stage. Please see below indicative timetable for this procurement exercise. The Authority reserves the right to amend this timetable should it need to.

Contract notice: Wednesday 10th November 2010

Last date for request for information (for requesting PQQ): Thursday 16th December 2010

PQQ returns: Thursday 23rd December 2010

Candidate evaluation and selection: Thursday 24th December 2010 — Tuesday 11th January 2011

Issue ITT: Friday 14th January 2011

Tender returns: Monday 28th February 2011

Recommendation to Authority: Friday 1st April 2011

Award & standstill: Tuesday 5th — Thursday 14th April 2011

Execution of Contract: Tuesday 5th — Monday 11th April 2011

Commencement of Contract: Friday 15th April 2011

Mobilisation period: Monday 18th April — Friday 13th May 2011

Start on site: Monday 16th May 2011

As noted in item II.2.1 the Authority recognises that the Transfer Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply in respect of this Contract, and should they so apply that for the purposes of those Regulations, the undertaking concerned (or any relevant part of the undertaking) shall transfer to the Preferred Provider on the commencement of full operations.

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

The Contracting Authority will incorporate a minimum ten calendar day standstill period (or fifteen days when non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The Award Decision Notice will specify the criteria for the award of the contract, the reasons for the decision including the characteristics and relative advantages, the name and score of the successful tenderer and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contract Regulations 2015 chapter 6 provide for aggrieved parties who have been harmed or are at risk of breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the Award Decision or may order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the Award (either by Award Decision Notification or Contract Award Notice depending on the circumstances) or otherwise six months.

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho


Nottinghamshire Fire and Rescue Service

Bestwood Lodge

Arnold

NG5 8PD

UK




VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  16 - 09 - 2016

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90910000 Gwasanaethau glanhau Gwasanaethau glanhau a glanweithdra
90911200 Gwasanaethau glanhau adeiladau Gwasanaethau glanhau llety, adeiladau a ffenestri

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:
N/a
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.