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

Vessel Traffic Voice Communication System

  • Cyhoeddwyd gyntaf: 13 Awst 2019
  • Wedi'i addasu ddiwethaf: 13 Awst 2019

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:
Port of London Authority
ID Awudurdod:
AA25026
Dyddiad cyhoeddi:
13 Awst 2019
Dyddiad Cau:
06 Medi 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

A supply and install a comprehensive VHF control and command system with telephony capability with connectivity and performance of existing VHF base stations. New base stations shall only be considered where considered necessary as a technical solution by the contracting entity, to satisfy the requirements of contracting entity.

The system must deliver 99,9 % availability/reliability, resilient operational control of existing remote VHF base stations and general corporate communication, to satisfy normal business operation and resilience of service impacting either one of the contracting entity’s two(2) operational centres.

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Port of London Authority

Gravesend

DA12 2BG

UK

Person cyswllt: Richard Hopperton

Ffôn: +44 1474562318

E-bost: RICHARD.HOPPERTON@PLA.CO.UK

NUTS: UKJ43

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.pla.co.uk

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:

http://www.pla.co.uk/About-Us/PLA-Tenders


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.6) Prif weithgaredd

Gweithgareddau sy’n gysylltiedig â phorthladdoedd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Vessel Traffic Voice Communication System

II.1.2) Prif god CPV

32524000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

This notice seeks expressions of interest from economic operators experienced in VHF Radio command and control systems with additional telephonic capability to fall within the contracting entity’s qualification requirements, as set out in this notice. This notice calls for pre-qualification set out in criteria for tenders, for the design, procurement, build, delivery and commissioning of a Radio VHF control system with an option for telephony services, from those identified by the contracting entity as qualifying and subsequently invited to tender. The purpose of the contract is the timely delivery of a high availability and technologically sound system to ensure Vessel traffic operations are maintained at both operational centres to maintain 24 x 7 x 365 day operation.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 500 000.00 EUR

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

32211000

32236000

32573000

II.2.3) Man cyflawni

Cod NUTS:

UKJ43


Prif safle neu fan cyflawni:

UKJ43 Gravesend and Woolwich

II.2.4) Disgrifiad o’r caffaeliad

A supply and install a comprehensive VHF control and command system with telephony capability with connectivity and performance of existing VHF base stations. New base stations shall only be considered where considered necessary as a technical solution by the contracting entity, to satisfy the requirements of contracting entity.

The system must deliver 99,9 % availability/reliability, resilient operational control of existing remote VHF base stations and general corporate communication, to satisfy normal business operation and resilience of service impacting either one of the contracting entity’s two(2) operational centres.

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: 500 000.00 EUR

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

Dechrau: 31/10/2019

Diwedd: 30/03/2020

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: 4

Nifer uchaf a ragwelir: 10

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

Pending suitable responses to PQQ.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Consideration will be given to new conceptual services and risk reduced services.

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

Contract will be fixed price and paid on completion of each milestone. Miletstones and stage payments subject to final negotiation.

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:

Any economic operator interested in this contract must demonstrate professional associations with the industry to which this system would fall under, either internationally or country of operation. The technical principal of the economic operator must be registered as a European Engineer (EurEng) or UK Chartered Engineer (CEng) or similarly qualified professional appropriate to the country of the Economic Operator in the business of System design or engineering.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Only economic operators who can demonstrate that they have the resources, financial capability and corporate stability to succeed in this project will be included in the qualifying list for issue of invitations to tender. With their expression of interest, economic operators should submit initial details of supplier formation, whether principle (sole supplier) or consortia. Extracts from audited accounts for the last 3 financial years together with a client list of reference projects completed, as evidence of their economic strength and technical suitability. To qualify for invitation to tender, economic operators must submit an expression of interest and the completed pre-qualification questionnaire to the contracting entity at the address given in Section I above by 10.00 British summer time on 4.9.2019. Invitations to tender will be issued to qualifying economic operators during week commencing 12.9.2019. Economic operators' tenders are to be received in writing by the contracting entity no later than 10.00 British summer time on 23.10.2019. The contracting entity reserves the right to vary these dates for submissions on reasonable prior notice to economic operators.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

In any expressions of interest in this contract, economic operators must explain how their proposed procedures and use of materials will be conducted in a manner that is consistent with the requirements of all relevant UK and European health and safety legislation and regulations. Economic operators interested in this contract must employ sufficient labour within their own staff in all technical trades to complete the works. Alternatively or additionally, where sub-contract labour is to be employed or where a proportion of the system is to be assigned to a subcontract or other entity, the economic operator submitting the expression of interest must explain in detail and provide evidence within the expression of interest of the identity and location of the sub-contractor. This should include:

— that the sub-contracting company(-ies) have sufficient resource and technical capability to achieve the work required, and

— that the proposed sub-contractor or entity to which work is assigned will also meet relevant UK and European environmental and health and safety legislation and regulations.


III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan

Economic operators who wish to enter tenders for this contract must meet the contracting entity's qualification requirements by completing a pre-qualification questionnaire and submit an expression of interest to the contracting entity stating how they meet the qualification requirements. The contracting entity will issue conditions of contract and invite tenders from those economic operators that the contracting entity has assessed from the list of qualifying economic operators. The contracting entity's terms and conditions of contract will be subject to English Law under the jurisdiction of English Courts. Intellectual property rights for the Outline requirements and any subsequent specifications, will remain at all times vested in the contracting entity. Intellectual property rights in the systems design will remain with the successful tenderer.

III.1.6) Adneuon a gwarantau sy’n ofynnol:

The successful tendering economic operator will be required to have in place bank guarantees or other equivalent measures as agreed by the contracting entity (payable in the UK in GB Pounds) to be provided covering each stage payment, to ensure performance of the project to the agreed programme and quality thus ensuring that the system meets the contracting entity's performance requirements. As payments are made the economic operator will clearly identify and mark paid for items as the property of the Port of London Authority.

III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:

Subject to final negotiation.

III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:

The economic operator shall make clear any sub-contractors involved in the delivery of the system at tender stage. The lead economic operator will accept full ownership for performance of the system in such cases where sub-contractors are used.

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

III.2.2) Amodau perfformiad contractau

Subject to negotiation but will include 99,9 % system availability.

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: Na

IV.2) Gwybodaeth weinyddol

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

Dyddiad: 06/09/2019

Amser lleol: 13:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 20/09/2019

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: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Port of London Authority

Gravesend

DA12 2BG

UK

Ffôn: +44 1474562318

E-bost: richard.hopperton@pla.co.uk

Cyfeiriad(au) rhyngrwyd

URL: www.pla.co.uk

VI.4.3) Gweithdrefn adolygu

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

PQQ to be received by 6.9.2019 for internal review. Shortlisting to be complete by 13.9.2019 for ITT release no later than 20.9.2019.

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Harbour Master VTS and SMS Port of London Authority

Gravesend

DA12 2BG

UK

Ffôn: +44 1474562252

Cyfeiriad(au) rhyngrwyd

URL: www.pla.co.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

08/08/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
32211000 Cyfarpar cynhyrchu darllediadau Cyfarpar darlledu
32236000 Ffonau radio Cyfarpar trosglwyddo radio gyda chyfarpar derbyn
32524000 System delathrebu Cebl a chyfarpar telathrebu
32573000 System rheoli cyfathrebu Cyfarpar cyfathrebu

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:
RICHARD.HOPPERTON@PLA.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.