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

DOJ 1679169 Maintenance Contract For Woodlands Juvenile Justice Centre

  • Cyhoeddwyd gyntaf: 07 Awst 2018
  • Wedi'i addasu ddiwethaf: 07 Awst 2018

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:
Department of Justice for Northern Ireland (DoJNI)
ID Awudurdod:
AA30430
Dyddiad cyhoeddi:
07 Awst 2018
Dyddiad Cau:
21 Medi 2018
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Woodlands Juvenile justice Centre is the main place of detention for children, who have been remanded into or sentenced to custody by the court. It has the capacity to provide accommodation for up to 48 young people between the ages of 10 and 17. The buildings extend to approximately 7000 m2 of secure accommodation. Youth Justice Agency wish to appoint an Economic Operator to provide planned preventative maintenance, reactive maintenance and minor work to the entire Woodlands facility. The service provision includes mechanical, electrical, specialist security, IT infrastructure (excluding “active” equipment) buildings and grounds but excludes telecommunications The contract will initially be awarded for 3 years with the option of extending an additional 2 periods of 2 years at the discretion of the Employer. This procurement will be awarded on the basis of MEAT with the Price element being assessed using Mean Narrow Average. More details will be provided at ITT Stage

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Department of Justice

Woodlands Juvenile Justice Centre 1 Mosswood Close Mosswood Avenue, Rathgael Road

Bangor

BT19 1TA

UK

Person cyswllt: Construct.Infofinance-ni.gov.ukuk

Ffôn: +44 2890816555

E-bost: construct.info@finance-ni.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://etendersni.gov.uk/epps

Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps

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:

https://etendersni.gov.uk/epps/home.do


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://etendersni.gov.uk/epps/home.do


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:

https://etendersni.gov.uk/epps/home.do


I.4) Y math o awdurdod contractio

Asiantaeth/swyddfa genedlaethol neu ffederal

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

DOJ 1679169 Maintenance Contract For Woodlands Juvenile Justice Centre

II.1.2) Prif god CPV

50700000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Woodlands Juvenile justice Centre is the main place of detention for children, who have been remanded into or sentenced to custody by the court. It has the capacity to provide accommodation for up to 48 young people between the ages of 10 and 17. The buildings extend to approximately 7000 m2 of secure accommodation. Youth Justice Agency wish to appoint an Economic Operator to provide planned preventative maintenance, reactive maintenance and minor work to the entire Woodlands facility. The service provision includes mechanical, electrical, specialist security, IT infrastructure (excluding “active” equipment) buildings and grounds but excludes telecommunications The contract will initially be awarded for 3 years with the option of extending an additional 2 periods of 2 years at the discretion of the Employer. This procurement will be awarded on the basis of MEAT with the Price element being assessed using Mean Narrow Average. More details will be provided at ITT Stage

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 750 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

79993000

45310000

45351000

II.2.3) Man cyflawni

Cod NUTS:

UKN0

II.2.4) Disgrifiad o’r caffaeliad

Woodlands Juvenile justice Centre is the main place of detention for children, who have been remanded into or sentenced to custody by the court. It has the capacity to provide accommodation for up to 48 young people between the ages of 10 and 17. The buildings extend to approximately 7000 m2 of secure accommodation. Youth Justice Agency wish to appoint an Economic Operator to provide planned preventative maintenance, reactive maintenance and minor work to the entire Woodlands facility. The service provision includes mechanical, electrical, specialist security, IT infrastructure (excluding “active” equipment) buildings and grounds but excludes telecommunications The contract will initially be awarded for 3 years with the option of extending an additional 2 periods of 2 years at the discretion of the Employer. This procurement will be awarded on the basis of MEAT with the Price element being assessed using Mean Narrow Average. More details will be provided at ITT Stage

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 750 000.00 GBP

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

Hyd mewn misoedd: 84

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 3

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

II.2.14) Gwybodaeth ychwanegol

Notification of short-list of Contractors to be invited to submit a tender — September 2018:

— Date of issue. of. “Invitation to Tender” — October 2018,

— Date for return of tenders — December 2018,

— Award of contract — February 2019.

The Employer. reserves. the right to amend these timescales. Form of contract: NEC3 TSSC

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Contractors are required to be registered and have Verified Status on Constructionline and should have the minimum category value (estimated contract value) in at least one of the Constructionline Categories specified below Minimum Category Value for individual Contractor 300 000 GBP. If the Economic Operator is a consortium, then the Lead Enterprise for the Consortium must have a minimum Category Value of at least 40% and the sum of each member’s Category. Values must be equal to or greater than the value set out above Minimum Category Value for Consortium Lead (at least 40% of that of an individual Contractor) 130 000 GBP:

— Other Services,

– Building Services,

— General maintenance of mechanical and electrical installations 45300000-0 Electrical,

— General electrical installation and maintenance/Services 45310000-3 Mechanical,

— General Mechanical Services Maintenance 45351000-2,

— Other Services General Maintenance,

— Facilities Management 79993100-2.


Lefel(au) gofynnol y safonau sydd eu hangen:

— Public Liability Insurance 10 000 000 GBP,

— Employer’s Liability Insurance 10 000 000 GBP,

— Contractors All Risks Insurance 330 000,00 GBP,

— Professional Indemnity Insurance 330 000,00 GBP.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

The Work Category is not intended to be used to determine the relevance of the. Contractor’s/Consultant’s experience – this will be assessed as part of the contract specific questions, Section D of the online CfT. Questionnaire on the eTendersNI portal.


Lefel(au) gofynnol y safonau sydd eu hangen:

Refer to MoI and PQQ Evaluation Scoring indicators within the contract document area.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

The Economic Operators’ performance on this Contract will be regularly monitored. As part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance contained in Procurement Guidance Note PGN 01/12 –Contract Management Principles and Procedures:https://www.finance-ni.gov.uk/ publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. If an Economic Operator has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, at its discretion, can consider an Economic Operator’s exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively. A list of bodies subject to NIPP can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

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: 21/09/2018

Amser lleol: 15:00

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

Rhaid i’r tendr fod yn ddilys tan: 20/12/2018

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

CPD, in its capacity as a Central Purchasing Body, is administering this procurement on behalf of the Contracting Authority The Contracting Authority expressly reserves the right:

1) to award one, some, all or no Lots;

2) not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage and

3) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the Authority be liable for any costs incurred by Economic Operators or Candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate participating in this procurement process. This project will be used to progress the Government’s wider social, economic and environmental objectives. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process only on the basis that they fully understand and accept this position.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Department of Finance, Central Procurement Directorate Procurement Operations Branch

Belfast

BT3 9ED

UK

Ffôn: +44 2890816555

E-bost: construct.info@finance-ni.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.finance-ni.gov.uk/contact

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

This procurement is governed by the Public Contracts Regulations 2015 and. provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3 months, where the court considers that there is a good reason for doing so.

VI.5) Dyddiad anfon yr hysbysiad hwn

02/08/2018

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45351000 Gwaith gosod peirianneg fecanyddol Gwaith gosod mecanyddol
45310000 Gwaith gosod trydanol Gwaith gosod ar gyfer adeiladau
50700000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau Gwasanaethau atgyweirio a chynnal a chadw
79993000 Gwasanaethau rheoli adeiladau a chyfleusterau Amrywiol wasanaethau sy’n gysylltiedig â busnes

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:
construct.info@finance-ni.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.