Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Suffolk County Council
Endeavour House, Russell Road
IPSWICH
IP1 2BX
UK
Ffôn: +44 1473260232
E-bost: gillian.glanville@suffolk.gov.uk
NUTS: UKH14
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.suffolksourcing.uk
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.suffolksourcing.uk
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
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Intelligent Transport System
Cyfeirnod: CD1383-2
II.1.2) Prif god CPV
50232000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Suffolk County Council are currently out to tender for the provision of Intelligent Transport System.This opportunity is available in the `Current Tenders` area of portal. Interested parties are invited to express their interest to gain full access to the tender documentation.Procurement Policy Note 09/21 requires us to calculate the value of contracts inclusive of VAT, however we can advertise them exclusive of VAT. The advertised value here is £5-20m exclusive of VAT.The deadline date for submissions of the Selection Questionnaire is noon 22nd January 2024. Please note late returns will NOT be permittedThe deadline for clarification questions is 5pm 9th January 2024 which must be generated via the correspondence option on the website
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
50232000
II.2.3) Man cyflawni
Cod NUTS:
UKH
Prif safle neu fan cyflawni:
The activity will mainly take place in Suffolk but could also occur within the East of England region.
II.2.4) Disgrifiad o’r caffaeliad
The maintenance and upkeep of the existing ITS system in Suffolk including but not limited to the following. Fault Management and Maintenance, Asset Management, Provision of compatible materials, equipment and Parts, Emergency and Fault Service, Periodic Inspection and testing, Optical Maintenance, Fault Reporting by the Public, General Maintenance, Provision of a UTMC programme, New and Replacement Installations.
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.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/10/2024
Diwedd:
30/09/2034
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The contract terms will be up to a maximum of 10 years comprised of an initial period of 5 years with the option to extend for up to a further 5 years.Any future renewals will be advertised once the scope and requirement are known.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Nifer yr ymgeiswyr a ragwelir: 3
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
Please refer to the Selection Questionnaire
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
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:
Selection criteria as stated in the procurement documents
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
III.2.2) Amodau perfformiad contractau
The appointed supplier will be required to actively participate in the achievement of social, environmental and/or health & safety objectives. Accordingly certain award criteria and certain contract performance conditions will relate in particular to social, environmental, health & safety and/or other corporate social responsibility considerations. Further detailscan be found in the procurement documents and the Contract.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gystadleuol gyda negodi
IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog
Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi
IV.1.5) Gwybodaeth am negodi
Ceidw’r awdurdod contractio yr hawl i ddyfarnu’r contract ar sail y tendrau gwreiddiol heb gynnal negodiadau
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:
2023/S 000-025421
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
22/01/2024
Amser lleol: 12:00
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:
30/09/2024
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Royal Courts of Justice
Strand
London
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Any appeals should be promptly brought to the attention of the Head of Legal for the Council at the address specified in Section I) above, and will be dealt with in accordance withthe requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to Bidders.
VI.5) Dyddiad anfon yr hysbysiad hwn
19/12/2023