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

Technology Enabled Lives Framework - 23-27

  • Cyhoeddwyd gyntaf: 18 Awst 2023
  • Wedi'i addasu ddiwethaf: 18 Awst 2023

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-03f4fc
Cyhoeddwyd gan:
Northern Housing Consortium Ltd
ID Awudurdod:
AA50409
Dyddiad cyhoeddi:
18 Awst 2023
Dyddiad Cau:
18 Medi 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Supply Partner(s) must provide the NHC with a catalogue of products available to Member Organisations. The catalogue will enable customers to access the catalogue and order single items and baskets of goods. Supply Partner(s) must ensure orders received are processed promptly and the catalogue must be updated and issued/released upon the frequency determined by the NHC. Products can include but are not limited to: telecare/telehealth/call centre equipment and misc. equipment.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street

Sunderland

SR1 3QD

UK

Person cyswllt: Drew Frame

Ffôn: +44 1915661035

E-bost: tenders@consortiumprocurement.org.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.consortiumprocuirement.org.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:

https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./AMU92F7MT5


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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


I.4) Y math o awdurdod contractio

Arall: Central Purchasing Body

I.5) Prif weithgaredd

Tai ac amwynderau cymunedol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Technology Enabled Lives Framework - 23-27

II.1.2) Prif god CPV

50421000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The scope of this Framework Agreement is for the provision of digital products and services in relation to Technology Enabled Living for digital solutions. Due to the expiry date of this framework being before the planned analogue system retirement in 2025, analogue equipment is only covered in the ongoing repair and maintenance of already installed equipment. The products and services shall fall into 4 separate Framework ‘Lots’to reflect the structure of the industry, although supply partners are invited to apply for one or more Lot(s)/sublots if applicable:

Lot 1: Product Catalogue;

Lot 2: Installation;

Lot 3: Repairs and Maintenance

— Sub lot 3.1 Repairs and Maintenance - Digital

— Sub lot 3.1 Repairs and Maintenance - Analogue

— Sub lot 3.3 Repairs and Maintenance - Call Centre Monitoring Equipment

Lot 4:Call Monitoring and Mobile Response.

— Sub lot 4.1 Call Monitoring,

— Sub lot 4.2 Mobile Response,

— Sub lot 4.3 Call Monitoring and Mobile Response,

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 300 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

Members may call of for one or a combination of lots/sublots.

II.2) Disgrifiad

Rhif y Lot Lot 1

II.2.1) Teitl

Lot 1: Product Catalogue

II.2.2) Cod(au) CPV ychwanegol

33190000

33100000

33196000

33196200

35121700

32552120

35100000

31625100

45312000

45314000

51110000

51410000

33123210

38311000

33195200

50421000

50342000

32546000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM

II.2.4) Disgrifiad o’r caffaeliad

Supply Partner(s) must provide the NHC with a catalogue of products available to Member Organisations. The catalogue will enable customers to access the catalogue and order single items and baskets of goods. Supply Partner(s) must ensure orders received are processed promptly and the catalogue must be updated and issued/released upon the frequency determined by the NHC. Products can include but are not limited to: telecare/telehealth/call centre equipment and misc. equipment.

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: 200 000 000.00 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: Na

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

Yr isafswm nifer a ragwelir: 1

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

LOT 1 is pass/fail only. To pass this LOT Bidders must submit a compliant product catalogue, meeting all requirements as detailed in Schedule 3 Pricing and Schedule 3a Pricing Instructions. For LOT 1, all Bidders passing the quality and price evaluations will be appointed to the framework as a Supply Partner.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/AMU92F7MT5

Rhif y Lot 2

II.2.1) Teitl

Lot 2 Installation

II.2.2) Cod(au) CPV ychwanegol

45312000

45314000

51110000

51410000

45310000

45312100

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM

II.2.4) Disgrifiad o’r caffaeliad

This lot covers the installation (and product supply when required) of telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms, emergency lighting) and control centre equipment.

As a minimum Supply Partners must be able to deliver;

•Installation of new, digital equipment;

Supply Partners must be able to maintain a range of manufacturers’ equipment.

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: 1 000 000.00 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: Na

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

Yr isafswm nifer a ragwelir: 1

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

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

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 3.1

II.2.1) Teitl

Lot 3.1 - Repairs and Maintenance - Digital

II.2.2) Cod(au) CPV ychwanegol

50000000

50333000

50334400

50421000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM

II.2.4) Disgrifiad o’r caffaeliad

This lot covers the planned service visits and repair of, telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms,emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or acombination of services under this LOT, e.g. install only, maintenance/repairs only etc.

As a minimum Supply Partners must be able to deliver;

•Provision of new equipment;

•On-going planned servicing; and

•Reactive repairs.

Supply Partners must be able to maintain a range of manufacturers’ equipment.

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: 30 000 000.00 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: Na

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

Yr isafswm nifer a ragwelir: 1

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

the scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

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 3.2

II.2.1) Teitl

Lot 3.2 - Repair and Maintenance of Analogue Products

II.2.2) Cod(au) CPV ychwanegol

50000000

50333000

50334400

50421000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM

II.2.4) Disgrifiad o’r caffaeliad

This lot covers the planned service visits and repair of, telecare,telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms,emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or acombination of services under this LOT, e.g. install only, maintenance/repairs only etc.

As a minimum Supply Partners must be able to deliver;

•Provision of new equipment;

•On-going planned servicing; and

•Reactive repairs.

Supply Partners must be able to maintain a range of manufacturers’ equipment.

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: 30 000 000.00 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: Na

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

Yr isafswm nifer a ragwelir: 1

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

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

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 3.3

II.2.1) Teitl

Lot 3.3 - Repairs and Maintenance of Call Receiving Centres

II.2.2) Cod(au) CPV ychwanegol

50000000

79512000

33195000

33195200

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM

II.2.4) Disgrifiad o’r caffaeliad

This lot includes the ongoing servicing/maintenance and repair of call monitoring platforms/systems. Member organisations may enhance the standard level of cover set out in this lot under their call off.

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: 5 000 000.00 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: Na

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

Yr isafswm nifer a ragwelir: 1

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

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (ormore in the event of a tie) will be appointed to the framework as a Supply Partner.

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 4.1

II.2.1) Teitl

Lot 4.1 - Call monitoring

II.2.2) Cod(au) CPV ychwanegol

79512000

33195000

33195200

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM

II.2.4) Disgrifiad o’r caffaeliad

This lot covers the monitoring of all calls from dispersed alarms, telecare/telehealth devices, door entry/accesscontrol systems and grouped/hard wired schemes. Member organisations calling off from this frameworkagreement may require other types of calls monitored which will include;

•Out of hours call monitoring

•GPS device monitoring

•Location monitoring

•Lone worker monitoring/support

•Repairs reporting

•Environmental reporting

•Anti-social behaviour reporting

•Out of hours housing support services

•Disaster recovery

•Signposting

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: 10 000 000.00 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: Na

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

Yr isafswm nifer a ragwelir: 1

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

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

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 4.2

II.2.1) Teitl

Lot 4.2 - Mobile Response

II.2.2) Cod(au) CPV ychwanegol

33195200

33195000

85112200

34221200

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM

II.2.4) Disgrifiad o’r caffaeliad

This lot covers the provision of a mobile response service for customers who don’t have family members/keyholders as their emergency contact or require the service to relieve the burden on family members. The aim ofthe service is to maximise the independence of individuals to enable customers to remain in their own homethrough the provision of a 24/7/365 response service. The service will respond to alerts from a monitoring centreand provide a suitable human response.

There are two types of mobile response service;

•Routine visit – a regular visit is made to the service user to check on their welfare. Visits to be undertakenwithin 4 hours of notification.

•Emergency visit – an emergency visit made to the service user in response to an alert being received by thecontrol centre. Visits to be undertaken within 1 hour of notification.

Member organisations may also require additional services which could include but not be limited to;

•Cover for scheme managers (sickness/holidays)

•Emergency cover

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: 5 000 000.00 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: Na

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

Yr isafswm nifer a ragwelir: 1

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

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

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 4.3

II.2.1) Teitl

Lot 4.3 - Call Monitoring and Mobile Response

II.2.2) Cod(au) CPV ychwanegol

33195000

33195200

34221200

79512000

85112200

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM

II.2.4) Disgrifiad o’r caffaeliad

The requirements of this sub-lot are the combination of sub-lot 4.1 and 4.2 as detailed in this notice. Supply Partners must be able to undertake all activities required for call monitoring and mobile response for this sub lot(4.3).

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: 10 000 000.00 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: Na

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

Yr isafswm nifer a ragwelir: 1

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

The scores for both Quality (potential 60 %) and Price (potential 40 %) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100 %. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner

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.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


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

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

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: 18/09/2023

Amser lleol: 17:00

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

Dyddiad: 25/09/2023

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: 4  (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:

2027

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The framework will be available for all current and future consortium members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

Member organisations may choose to award call-off contracts under 1 or a combination of lot(s) to meet their requirements.

For more information about this opportunity, please visit the Delta eSourcing portal at:

<a href="https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./AMU92F7MT5" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./AMU92F7MT5</a>

To respond to this opportunity, please click here:

<a href="https://www.delta-esourcing.com/respond/AMU92F7MT5" target="_blank">https://www.delta-esourcing.com/respond/AMU92F7MT5</a>

GO Reference: GO-2023817-PRO-23670034

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

See VI.4.3

Sunderland

UK

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

See VI.4.3

Sunderland

UK

VI.4.3) Gweithdrefn adolygu

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

The consortium (Contracting Authority) will incorporate a minimum 10 calendar days standstill periodfollowing confirmation on the award of the framework to bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen.

The court may extend the time limit for starting proceedings where the court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

See VI.4.3

Sunderland

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

17/08/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79512000 Canolfan alwadau Gwasanaethau ateb ffôn
38311000 Cloriannau electronig ac ategolion Cloriannau trachywir
35100000 Cyfarpar argyfwng a diogelwch Cyfarpar diogelwch, diffodd tân, heddlu ac amddiffyn
33100000 Cyfarpar meddygol Cyfarpar meddygol, deunydd fferyllol a chynhyrchion gofal personol
32546000 Cyfarpar switsio digidol Switsfyrddau
33196000 Cymhorthion meddygol Dyfeisiau a chynhyrchion meddygol amrywiol
33190000 Dyfeisiau a chynhyrchion meddygol amrywiol Cyfarpar meddygol
33196200 Dyfeisiau i bobl anabl Cymhorthion meddygol
33123210 Dyfeisiau monitro’r galon Dyfeisiau cardiofasgwlaidd
32552120 Ffonau argyfwng Cyfarpar trydanol ar gyfer teleffoni llinell neu delegraffiaeth llinell
33195200 Gorsaf fonitro ganolog System monitro cleifion
45314000 Gosod cyfarpar telathrebu Gwaith gosod trydanol
45312000 Gwaith gosod systemau larwm ac antenâu Gwaith gosod trydanol
45312100 Gwaith gosod systemau larwm tân Gwaith gosod systemau larwm ac antenâu
45310000 Gwaith gosod trydanol Gwaith gosod ar gyfer adeiladau
50000000 Gwasanaethau atgyweirio a chynnal a chadw Gwasanaethau eraill
50421000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar meddygol Gwasanaethau atgyweirio a chynnal a chadw cyfarpar meddygol a llawfeddygol
50342000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar sain Gwasanaethau atgyweirio a chynnal a chadw cyfarpar clyweledol ac optegol
50333000 Gwasanaethau cynnal a chadw cyfarpar cyfathrebiadau radio Gwasanaethau cynnal a chadw cyfarpar telathrebu
50334400 Gwasanaethau cynnal a chadw systemau cyfathrebu Gwasanaethau atgyweirio a chynnal a chadw cyfarpar teleffoni llinell a thelegraffiaeth llinell
85112200 Gwasanaethau gofal i gleifion allanol Gwasanaethau cymorth ysbyty
51410000 Gwasanaethau gosod cyfarpar meddygol Gwasanaethau gosod cyfarpar meddygol a llawfeddygol
51110000 Gwasanaethau gosod cyfarpar trydanol Gwasanaethau gosod cyfarpar trydanol a mecanyddol
33195000 System monitro cleifion Dyfeisiau a chynhyrchion meddygol amrywiol
35121700 Systemau larwm Cyfarpar diogelwch
31625100 Systemau synhwyro tân Larymau lladron a thân
34221200 Unedau argyfwng symudol Offerynnau optegol arbenigol

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:
tenders@consortiumprocurement.org.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.