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

Bournemouth Pier Structural Works

  • Cyhoeddwyd gyntaf: 26 Chwefror 2025
  • Wedi'i addasu ddiwethaf: 26 Chwefror 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

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)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04d4a7
Cyhoeddwyd gan:
Bournemouth Christchurch and Poole Council
ID Awudurdod:
AA75581
Dyddiad cyhoeddi:
26 Chwefror 2025
Dyddiad Cau:
28 Chwefror 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages.

Due to budget constraints, the Council are considering 3 options, these being: -

• Option A: All Concrete Works Only

Concrete works only. No removal of any of the timber landing stages.

• Option B: All Concrete Works and Part Timber Landing Stage Removal

Concrete works and the complete removal of the Northern and Small Boat timber landing stages only.

• Option C: All Concrete Works and All Timber Landing Stage Removal

Concrete works and complete removal of all of the timber landing stages

All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works).

The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn’t affordable then Option A.

Suppliers can bid to any or all of the 3 options.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Bournemouth Christchurch and Poole Council

BCP Council, Civic Centre, Bourne Avenue

Bournemouth

BH2 6DY

UK

Person cyswllt: Procurement

Ffôn: +44 1202128989

E-bost: procurement@bcpcouncil.gov.uk

NUTS: UKK24

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.bcpcouncil.gov.uk

Cyfeiriad proffil y prynwr: https://www.supplyingthesouthwest.org.uk

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.supplyingthesouthwest.org.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://www.supplyingthesouthwest.org.uk


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

Bournemouth Pier Structural Works

Cyfeirnod: DN755872

II.1.2) Prif god CPV

45220000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages.

Due to budget constraints, the Council are considering 3 options, these being: -

• Option A: All Concrete Works Only

Concrete works only. No removal of any of the timber landing stages.

• Option B: All Concrete Works and Part Timber Landing Stage Removal

Concrete works and the complete removal of the Northern and Small Boat timber landing stages only.

• Option C: All Concrete Works and All Timber Landing Stage Removal

Concrete works and complete removal of all of the timber landing stages

All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works).

The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn’t affordable then Option A.

Suppliers can bid to any or all of the 3 options.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 8 750 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot A

II.2.2) Cod(au) CPV ychwanegol

45000000

II.2.3) Man cyflawni

Cod NUTS:

UKK24

II.2.4) Disgrifiad o’r caffaeliad

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages.

Due to budget constraints, the Council are considering 3 options, these being: -

• Option A: All Concrete Works Only

Concrete works only. No removal of any of the timber landing stages.

• Option B: All Concrete Works and Part Timber Landing Stage Removal

Concrete works and the complete removal of the Northern and Small Boat timber landing stages only.

• Option C: All Concrete Works and All Timber Landing Stage Removal

Concrete works and complete removal of all of the timber landing stages

All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works).

The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn’t affordable then Option A.

Suppliers can bid to any or all of the 3 options

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40

Price / Pwysoliad:  60

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

Dechrau: 01/05/2025

Diwedd: 31/12/2026

Gall y contract hwn gael ei adnewyddu: Na

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

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

Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.

Rhif y Lot B

II.2.2) Cod(au) CPV ychwanegol

45000000

II.2.3) Man cyflawni

Cod NUTS:

UKK24

II.2.4) Disgrifiad o’r caffaeliad

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages.

Due to budget constraints, the Council are considering 3 options, these being: -

• Option A: All Concrete Works Only

Concrete works only. No removal of any of the timber landing stages.

• Option B: All Concrete Works and Part Timber Landing Stage Removal

Concrete works and the complete removal of the Northern and Small Boat timber landing stages only.

• Option C: All Concrete Works and All Timber Landing Stage Removal

Concrete works and complete removal of all of the timber landing stages

All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works).

The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn’t affordable then Option A.

Suppliers can bid to any or all of the 3 options.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40

Price / Pwysoliad:  60

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

Dechrau: 01/05/2025

Diwedd: 31/12/2026

Gall y contract hwn gael ei adnewyddu: Na

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

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

Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.

Rhif y Lot C

II.2.2) Cod(au) CPV ychwanegol

45000000

II.2.3) Man cyflawni

Cod NUTS:

UKK24

II.2.4) Disgrifiad o’r caffaeliad

The structural works are to extend the life of the pier by at least 25 years. The scope includes undertaking concrete repairs, installing Impressed Current Cathodic Protection (ICCP) system and removal of timber landing stages.

Due to budget constraints, the Council are considering 3 options, these being: -

• Option A: All Concrete Works Only

Concrete works only. No removal of any of the timber landing stages.

• Option B: All Concrete Works and Part Timber Landing Stage Removal

Concrete works and the complete removal of the Northern and Small Boat timber landing stages only.

• Option C: All Concrete Works and All Timber Landing Stage Removal

Concrete works and complete removal of all of the timber landing stages

All works will be covered by a single NEC4 ECC Option A contract (incorporating a Bill of Quantities for concrete repair works).

The Councils preferred option is Option C, if affordable. If this is not achievable, then the Council will consider Option B and if that isn’t affordable then Option A.

Suppliers can bid to any or all of the 3 options.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40

Price / Pwysoliad:  60

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

Dechrau: 01/05/2025

Diwedd: 31/12/2026

Gall y contract hwn gael ei adnewyddu: Na

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

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.1.1) 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:

Refer to 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

Please note that if a bid is received from a consortium or from two suppliers then words will be added to the contract to enable suppliers to be held liable for performance individually or jointly (joint and several liability).

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

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: 28/02/2025

Amser lleol: 14:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 28/02/2025

Amser lleol: 14:00

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

All tenders are electronically sealed within the system and released after the deadline by the Council’s authorised officer(s).

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The Royal Courts of Justice

Strand

London

WCA 2LL

UK

VI.4.3) Gweithdrefn adolygu

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

In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

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

Bournemouth Christchurch and Poole Council

Bournemouth

BH2 6DY

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

20/01/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45220000 Gwaith peirianneg a gwaith adeiladu Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil

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:
procurement@bcpcouncil.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.