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