Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
LGSS Procurement on behalf of Cambridgeshire County Council
Shire Hall, Castle Hill
Cambridge
CB3 0AP
UK
Person cyswllt: Mr Jon Collyns
Ffôn: +44 1223715353
E-bost: jon.collyns@cambridgeshire.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.lgss.co.uk/about/
Cyfeiriad proffil y prynwr: https://www.lgss.co.uk/about/
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
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
Archaeological Fieldworks Services for Cambridgeshire County Council
Cyfeirnod: DN402889
II.1.2) Prif god CPV
71351914
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
As a developer, the Council and its agents have obligations towards mitigating the impact caused by its projects on the historic environment. This includes the need for archaeological investigations. This framework ensures the most productive and cost-effective suppliers of commercial fieldwork services are available to the Council.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 4 000 000.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
45100000
71351914
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The aims of this procurement are to replace a lapsed framework for similar requirements, which ran from 2014-2018. As a developer, the Council and its agents have obligations towards mitigating the impact caused by its projects on the historic environment. This includes the need for archaeological investigations. This framework ensures the most productive and cost-effective suppliers of commercial fieldwork services are available to the Council.
The authority wishes to appoint between 3 and 5 providers for this framework agreement. All work under this framework shall be awarded via one of 2 routes:
1) By approaching the provider who finishes in 1st place in the initial framework evaluation, and then if they are unable to service the requirement approaching the 2nd placed bidder and so on; or
2) Running a further competition where all providers shall be invited to submit a project specific proposal for a discrete piece of work.
It is difficult to predict the exact value of this framework as the authorities’ requirements are likely to vary over the contract term, but it is estimated that the total value will not be less than 4 000 000 GBP or greater than 6 000 000 GBP.
This framework is open for use by all current LGSS partners including:
— partners and other organisations delegating services and or functions to LGSS (currently Cambridgeshire County Council, Milton Keynes Council, Northamptonshire County Council, Norwich City Authority and Northampton Borough Council) who participate in LGSS’ shared services venture,
— by way of access agreement this framework is also open to new LGSS customers seeking to utilise LGSS frameworks on an independent third party basis including:
—— any city, district, borough or other local authority within the counties of any LGSS partner authority (currently Cambridgeshire County, the City of Milton Keynes and Northamptonshire County) including Northamptonshire Partnership Homes,
—— any companies or organisations set up by participants in LGSS including Stand Out Northamptonshire,
—— any school, academy, university or other educational establishment within the counties of any LGSS partner authority (currently Cambridgeshire County, Northamptonshire County and Milton Keynes), and
—— any public body outlined in either Part I or Part II of the local authorities (goods and services) (Public Bodies) Order 1972. Details of these can be found at http://www.legislation.gov.uk/uksi/1972/853/made.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Most economical advantageous tender
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The framework shall be awarded for a period of 3 years (36 months) with the option of a final year (12 months).
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.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2019/S 095-229772
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
13/08/2019
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 8
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 8
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Cambridge Archaeological Unit
Cambridge
CB3 0DZ
UK
NUTS: UK
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Museum of London Archaeology
Greater London
NN1 5DQ
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.3) Enw a chyfeiriad y contractwr
Oxford Archaeology Ltd
Oxford
OX2 0ES
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 4 000 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from (refer to address in Part I.1). If an appeal regarding the award of contract has not been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
To comply with The Public Contracts Regulation 2015 all awards of contracts that are subject to European Procurement Directives are subject to a mandatory ‘standstill’ period of at least 10 days between the initial award decision and final confirmation of award. A contract cannot be concluded with the preferred provider until at least the eleventh (11th) calendar day at the earliest following notification. This would not prevent continuing discussions with the preferred provider to ensure prompt mobilisation of the supplier’s resources once a contract is concluded. The standstill period is expected to end at midnight at the end of 23.8.2019. If steps are taken during this period to suggest that there may be a formal legal challenge to this award during this period, or the authority determine an issue or concern with procurement process or preferred provider submission then the contract award may be suspended until the matter is resolved or potentially not concluded if the issues cannot be resolved.
VI.5) Dyddiad anfon yr hysbysiad hwn
28/08/2019