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

2324-0028 Testing and Maintenance of Fire Protection, Fire Detection and Emergency Lighting

  • Cyhoeddwyd gyntaf: 05 Gorffennaf 2024
  • Wedi'i addasu ddiwethaf: 05 Gorffennaf 2024

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:
ocds-h6vhtk-047ac5
Cyhoeddwyd gan:
Islington Council
ID Awudurdod:
AA53707
Dyddiad cyhoeddi:
05 Gorffennaf 2024
Dyddiad Cau:
05 Awst 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks.

The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas.

Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Islington Council

Islington Town Hall, Upper Street

London

N1 2UD

UK

E-bost: procurement@islington.gov.uk

NUTS: UKI

Cyfeiriad(au) rhyngrwyd

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

Cyfeiriad proffil y prynwr: http://www.islington.gov.uk/

I.3) Cyfathrebu

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

https://procontract.due-north.com/Advert/Index?advertId=3e41c510-ec39-ef11-812d-005056b64545


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://procontract.due-north.com/Advert/Index?advertId=3e41c510-ec39-ef11-812d-005056b64545


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

2324-0028 Testing and Maintenance of Fire Protection, Fire Detection and Emergency Lighting

Cyfeirnod: DN731176

II.1.2) Prif god CPV

50413200

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks.

The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas.

Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 235 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 1

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

2324-0028 Testing and Maintenance of Fire Protection (Lot1)

II.2.2) Cod(au) CPV ychwanegol

50413200

75251110

II.2.3) Man cyflawni

Cod NUTS:

UKI

II.2.4) Disgrifiad o’r caffaeliad

Appointed suppliers will support the council’s in-house teams in providing efficient, effective, customer-focused fire protection, detection and emergency lighting services. They will maintain the fire installations and carry out all necessary testing, servicing and repairs in residential buildings (including estate blocks) and community and reception centres, ensuring all installations are efficient and in safe working conditions. The scope of this contract includes all types of servicing, testing and repair of the fire protection, detection and emergency lighting equipment, in line with a scheduled programme of works and the Cyclical Testing Maintenance Team’s guidance and recommendations.

For the fire protection contract (Lot 1), the examples of equipment included in the scope, (but not limited to, are:

• passenger lifts, which are designed for use by firefighters or for evacuation in the event of a fire

• portable firefighting equipment

• dry and wet rising mains, which are used by the fire service in the event of a fire in a building

• sprinkler systems

Suppliers are expected to respond and complete work orders to a satisfactory standard within specific timescales, provide efficient and accurate paperwork, promptly submit accounts and immediately respond to any complaints received, all to ensure the council remains compliant with all relevant statutory requirements.

Lots

This services contract is being divided in to two (2) lots. Lot 1 covers the fire protection, and Lot 2 the fire detection element of this contract.

Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Proposed approach to social value and promoting economic, social and environmental sustainability / Pwysoliad: 20

Maes prawf ansawdd: Proposed approach to maintaining compliance, organisation of certification/documentation and managing remedial works required / Pwysoliad: 10

Maes prawf ansawdd: Proposed approach to quality management and managing and prioritising workloads / Pwysoliad: 10

Maes prawf ansawdd: Proposed approach to business continuity, mobilisation, resourcing and service delivery / Pwysoliad: 10

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 786 000.00 GBP

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

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The initial contract period is for forty-eight (48) months, with options to extend for two (2) periods of up to thirty-six (36) months each. The maximum total contract length is one hundred and twenty (120) months.

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

Rhif y Lot 2

II.2.1) Teitl

2324-0028 – Testing and Maintenance of Fire Detection and Emergency Lighting (Lot 2)

II.2.2) Cod(au) CPV ychwanegol

31620000

75251110

II.2.3) Man cyflawni

Cod NUTS:

UKI

II.2.4) Disgrifiad o’r caffaeliad

The council is a landlord to around 35,000 council tenants and leaseholders living in homes located across the borough. As a landlord the council is responsible for ensuring the provision of safe and fully operational fire safety and firefighting equipment located on council housing estates and blocks.

The council is seeking to appoint two (2) specialist suppliers, one (1) supplier to cover the fire protection element of the contract, which entails firefighting equipment (Lot 1) and another to cover fire detection and emergency lighting (Lot 2), with multi-skilled electricians and engineers to support the in-house team in providing a high-quality service including the internal and external work carried out in residential properties and communal areas.

Suppliers can apply for both lots but can be awarded only one (1) contract even if their tender is Most Economically Advantageous for both lots. If the supplier applies for both lots, they must include a statement indicating which lot is their preferred choice. Should the same supplier achieve the highest score for both lots, they will be awarded the contract for the preferred Lot, and the contract for the other Lot will be awarded to the supplier who achieved the second-highest score.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Proposed approach to social value and promoting economic, social and environmental sustainability / Pwysoliad: 20

Maes prawf ansawdd: Proposed approach to maintaining compliance, organisation of certification/documentation and managing remedial works required / Pwysoliad: 10

Maes prawf ansawdd: Proposed approach to health and safety / Pwysoliad: 10

Maes prawf ansawdd: Proposed approach to quality management and managing and prioritising workloads / Pwysoliad: 10

Maes prawf ansawdd: Proposed approach to business continuity, mobilisation, resourcing and service delivery / Pwysoliad: 10

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 449 000.00 GBP

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

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The estimated start date of this contract is October 2024. The initial contract period is for forty-eight (48) months, with options to extend for two (2) periods of up to thirty-six (36) months each. The maximum total contract length is one hundred and twenty (120) months.

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

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: Na

IV.2) Gwybodaeth weinyddol

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

Dyddiad: 05/08/2024

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 05/08/2024

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Islington Council

London

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

04/07/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
31620000 Cyfarpar signalau sain neu weledol Cyfarpar ac offer trydanol
75251110 Gwasanaethau atal tân Gwasanaethau brigâd dân
50413200 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar diffodd tân Gwasanaethau atgyweirio a chynnal a chadw cyfarpar gwirio

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:
procurement@islington.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.