Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Hanover (Scotland) Housing Association
95 McDonald Road
Edinburgh
EH7 4NS
UK
Person cyswllt: Alan Baird
Ffôn: +44 1315570598
E-bost: abaird@hanover.scot
Ffacs: +44 1315577424
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.hanover.scot
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12742
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publiccontractsscotland.gov.uk
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
www.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Tai ac amwynderau cymunedol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Fire Equipment Maintenance 2019
II.1.2) Prif god CPV
50413200
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The maintenance of the fire detection and extinguishing systems within the Associations housing stock located throughout Scotland. This includes fire alarms, fire extinguisher, sprinkler, dry riser, disabled refuge, smoke control, hose reel and emergency lighting systems. The contract is being split into 2 lots (Central/South Scotland and North Scotland).
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 173 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Fire Equipment Maintenance 2019 Central and South Scotland
II.2.2) Cod(au) CPV ychwanegol
50413200
31625100
31625200
35111300
44480000
44482100
31518200
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
Central and South Scotland
II.2.4) Disgrifiad o’r caffaeliad
The maintenance of the fire detection and extinguishing systems within the Associations housing stock located throughout Scotland. This includes fire alarms, fire extinguisher, sprinkler, dry riser, disabled refuge, smoke control, hose reel and emergency lighting systems. Lot 1 covers south and central Scotland.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Maen prawf cost: Ultimate cost
/ Pwysoliad: 40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The contract will be awarded for 1 year with the option to extend a further 1 + 1 + 1 year. Potential total of 4 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 5
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
Rhif y Lot 2
II.2.1) Teitl
Fire Equipment Maintenance 2019 (North)
II.2.2) Cod(au) CPV ychwanegol
50413200
31625100
31625200
35111300
44480000
44482100
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
North of Scotland
II.2.4) Disgrifiad o’r caffaeliad
The maintenance of the fire detection and extinguishing systems within the Associations housing stock located throughout Scotland. This includes fire alarms, fire extinguisher, sprinkler, dry riser, disabled refuge, smoke control, hose reel and emergency lighting systems. Lot 2 covers the area in the North of Scotland.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Maen prawf cost: Ultimate cost
/ Pwysoliad: 40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The contract will be awarded for 1 year with the option to extend for a further 1 + 1 + 1 year. Potential total of 4 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 5
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
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:
Bidders, or their nominated sub-contractors)must be members of select and/or NICEIC; BAFE SP101 (Competency of Portable Fire Extinguisher Organisations and Technicians); BAFE SP203-1 (Fire Detection and Alarm Systems) and the British Automatic Fire Sprinkler Association.
Or equivalent accreditations in the country of operation.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders will be required to have a minimum yearly “specific” turnover for the last 3 years in the business area covered by the contract.IE Fire Equipment Maintenance.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Lefel(au) gofynnol y safonau sydd eu hangen:
Bidders will be required to have a minimum yearly “specific” turnover of 300 000 GBP for the last 3 years in the business area covered by the contract (Fire Equipment Maintenance).
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Product Liability Insurance = 5 000 000 GBP
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice.
Bidders will be required to confirm that their managerial staff have relevant educational and professional qualifications.
Bidders will be required to confirm that they will employ environmental management measures that demonstrate how they can improve the Social, Environmental and Economic wellbeing of the area in which they operate.
Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Lefel(au) gofynnol y safonau sydd eu hangen:
Bidders will be required to provide 3 examples of previous contracts within the past 5 years which must be for Registered Social Landlords or Local Authorities in Scotland that demonstrate they have the experience of working to deliver the services as described in part II.2.4 of the OJEU contract notice. It is preferred that the examples provided are for customers within social housing with a vulnerable client group.
Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
Bidders must confirm that their site engineers have, or must make a commitment to attain (prior to any contract award), suitable training and provide all necessary equipment and tools for undertaking non-licensable asbestos work (please refer to section EM2 in the HSE’s “Asbestos Essentials” document for further details on training requirements for undertaking Non-Licensed tasks).
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
31/10/2018
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
26/11/2018
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
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
2022
VI.3) Gwybodaeth ychwanegol
Quality Management
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 documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
Health and Safety Procedures
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 a regularly reviewed and documented policy for Health and Safety (H and S) management. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=555147
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:555147)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Hanover (Scotland) Housing Association
95 McDonald Road
Edinburgh
EH7 4NS
UK
Ffôn: +44 1315570598
Ffacs: +44 1315577424
Cyfeiriad(au) rhyngrwyd
URL: http://www.hanover.scot
VI.5) Dyddiad anfon yr hysbysiad hwn
06/09/2018