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

Framework Agreement for the Provision of Property Consultancy Services.

  • Cyhoeddwyd gyntaf: 01 Gorffennaf 2015
  • Wedi'i addasu ddiwethaf: 01 Gorffennaf 2015

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:
Cyhoeddwyd gan:
The Police & Crime Commissioner for Essex
ID Awudurdod:
AA28621
Dyddiad cyhoeddi:
01 Gorffennaf 2015
Dyddiad Cau:
30 Gorffennaf 2015
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This OJEU contract notice is giving notice of the procurement of a framework agreement.

The Police and Crime Commissioner for Essex (the ‘Contracting Authority’) intends to use the open procedure of the Public Contracts Regulations 2015 to procure a framework agreement (‘the Framework Agreement’).

The Contracting Authority intends to procure the Contract for its own benefit and for the benefit of the Kent Police and Crime Commissioner (together the ‘Participating Authorities’) to whom it works with closely to procure certain services.

The Framework will be split into four (4) work-streams and the Participating Authorities will then call-off for services under these:

1. To advise on the delivery and procurement of a new Headquarters for Essex Police;

2. To provide independent advice on a case by case basis on future estates, construction and quantity surveyor queries;

3. Provide and run projects on behalf of the relevant Participating Authority;

4. To provide building condition surveys and associated services.

The framework will be with a single supplier and the Contracting Authority expects the provider to be able to provide all these services themselves or through appropriate sub-contracting or consortium arrangements.

It is anticipated that the Contract will cover a wide range of services (the ‘Services’) including without limitation the following:

— Project management services,

— Building engineering services,

— H&S/Statutory compliance,

— architects/architectural services,

— Structural engineers,

— Geotechnical engineers,

— Highway engineers/traffic engineering,

— Quantity surveyors,

— Aboricultural specialists,

— Planning consultants/town planning,

— Acoustics specialists,

— Space planning,

— Mechanical and electrical engineers,

— Valuation advice,

— Building surveyors,

— Facilities management,

— Commercial property management.

This list is not exhaustive and consideration may be given during the procurement process to the inclusion of additional services or options for additional services which will assist in delivering the Services.

Full details of the exact services constituting the Services will appear in the tender documentation, as will details of the mechanisms to be used by the Participating Authorities to place orders for the Services (‘call-off consultancy contracts’) under the Framework Agreement.

The duration of an individual call-off consultancy contract under the Framework Agreement will be for a maximum of five years, the duration will be governed by the precise subject matter of the call-off contract concerned. The form of the call-off contract is a consultancy service contract prepared for use in relation to construction projects and is set out in the final Framework Agreement, subject to the right to make specific amendments in respect of an individual call-off.

The Contracting Authority does not give a guarantee or warranty as to the nature or volume of the Services or the number of call-offs, if any, under the Framework Agreement.

It should also be noted that in addition to any change in the structure or identity of the Contracting Authority and/or the Participating Authority in the event of re-structuring within the Police, this procurement and any Framework Agreement awarded will pass to successor authorities from the Contracting Authority and the Participating Authority as relevant and appropriate.

The Contracting Authority reserves the right to not award the Framework Agreement.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


The Police and Crime Commissioner for Essex

3 Hoffmans Way, Essex

Chelmsford

CM1 1GU

UK

Candace Bloomfield


candace.bloomfield@kent.pnn.police.uk





Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Ie

The Kent Police and Crime Commissioner

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

Framework Agreement for the Provision of Property Consultancy Services.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

II.1.2(c))

Math o gontract gwasanaeth

12

II.1.2)

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio

South East.



UKJ4

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch wedi'i dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

36

Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na phedair blynedd

Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith

8 000 00020 000 000GBP

Amlder a gwerth y contractau a gaiff eu dyfarnu

II.1.5)

Disgrifiad byr o'r contract neu'r pryniant/pryniannau

This OJEU contract notice is giving notice of the procurement of a framework agreement.

The Police and Crime Commissioner for Essex (the ‘Contracting Authority’) intends to use the open procedure of the Public Contracts Regulations 2015 to procure a framework agreement (‘the Framework Agreement’).

The Contracting Authority intends to procure the Contract for its own benefit and for the benefit of the Kent Police and Crime Commissioner (together the ‘Participating Authorities’) to whom it works with closely to procure certain services.

The Framework will be split into four (4) work-streams and the Participating Authorities will then call-off for services under these:

1. To advise on the delivery and procurement of a new Headquarters for Essex Police;

2. To provide independent advice on a case by case basis on future estates, construction and quantity surveyor queries;

3. Provide and run projects on behalf of the relevant Participating Authority;

4. To provide building condition surveys and associated services.

The framework will be with a single supplier and the Contracting Authority expects the provider to be able to provide all these services themselves or through appropriate sub-contracting or consortium arrangements.

It is anticipated that the Contract will cover a wide range of services (the ‘Services’) including without limitation the following:

— Project management services,

— Building engineering services,

— H&S/Statutory compliance,

— architects/architectural services,

— Structural engineers,

— Geotechnical engineers,

— Highway engineers/traffic engineering,

— Quantity surveyors,

— Aboricultural specialists,

— Planning consultants/town planning,

— Acoustics specialists,

— Space planning,

— Mechanical and electrical engineers,

— Valuation advice,

— Building surveyors,

— Facilities management,

— Commercial property management.

This list is not exhaustive and consideration may be given during the procurement process to the inclusion of additional services or options for additional services which will assist in delivering the Services.

Full details of the exact services constituting the Services will appear in the tender documentation, as will details of the mechanisms to be used by the Participating Authorities to place orders for the Services (‘call-off consultancy contracts’) under the Framework Agreement.

The duration of an individual call-off consultancy contract under the Framework Agreement will be for a maximum of five years, the duration will be governed by the precise subject matter of the call-off contract concerned. The form of the call-off contract is a consultancy service contract prepared for use in relation to construction projects and is set out in the final Framework Agreement, subject to the right to make specific amendments in respect of an individual call-off.

The Contracting Authority does not give a guarantee or warranty as to the nature or volume of the Services or the number of call-offs, if any, under the Framework Agreement.

It should also be noted that in addition to any change in the structure or identity of the Contracting Authority and/or the Participating Authority in the event of re-structuring within the Police, this procurement and any Framework Agreement awarded will pass to successor authorities from the Contracting Authority and the Participating Authority as relevant and appropriate.

The Contracting Authority reserves the right to not award the Framework Agreement.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

71000000
71530000
71315200
71315210
71540000
71541000
71320000
71500000
71220000
71210000
71221000
71322100
71322400
71250000
71251000
71332000
71311210
71311220
71356400
71312000
71200000
71400000
71410000
71240000
71313200
70332200

II.1.7)

Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)

Blwch wedi'i dicio

II.1.8)

Rhannu'n lotiau

Na

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Na

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

The anticipated total value of the framework is expected to be approximately 8 000 000 GBP-20 000 000 GBP over its life. This is based on core services (as listed under II.1.5).

8 000 00020 000 000
GBP

II.2.2)

Opsiynau

It is anticipated that the duration of the Framework Agreement shall be for an initial period of three (3) years but with the ability for the Contracting Authority to extend by one (1) further year. Full details of this and any other options that economic operators may be invited to take into account in their tender will appear in the tender documentation.

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

Nifer yr adnewyddiadau posibl

Yn achos contractau cyflenwadau neu wasanaethau adnewyddadwy, amserlen amcangyfrifedig ar gyfer contractau dilynol

II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

36

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.1)

Amodau sy'n Ymwneud â'r Contract

III.1.1)

Adneuon a gwarantau sydd eu hangen

Parent Company Guarantees, deposits, bonds and other forms of appropriate security may be required for the Framework Agreement (and/or any call-off contract thereunder). Further details will be included in the tender documentation.

III.1.2)

Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol

As set out in the framework agreement.

III.1.3)

Y ffurf gyfreithiol i'w chymryd gan y grŵp o gyflenwyr, contractwyr neu ddarparwyr gwasanaeth y caiff y contract ei ddyfarnu iddo

The Contracting Authority will require the Contract and the Framework Agreement to be with a legal entity. It reserves the right to require groupings of contractors to take a particular legal form to require a single contractor to take primary liability. Members of a consortium shall be jointly and severally liable. Legal bodies shall be companies, partnerships or unincorporated ventures.

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

The Contractor must be able to comply with Non-Police Vetting. Further details of this will be included in the tender documents.

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol gweithredwyr economaidd, gan gynnwys gofynion sy'n ymwneud â chofrestru ar gofrestrau proffesiynol neu fasnach


As set out in the Invitation to Tender.

III.2.2)

Capasiti economaidd ac ariannol


As set out in the Invitation to Tender.



As set out in the Invitation to Tender.


III.2.3)

Capasiti technegol


As set out in the Invitation to Tender.



As set out in the Invitation to Tender.


III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

III.3)

Amodau sy'n Benodol i Gontractau Gwasanaeth

III.3.1)

A gaiff y gwaith o ddarparu'r gwasanaeth ei gadw ar gyfer proffesiwn penodol?

Na

III.3.2)

A fydd yn ofynnol i endidau cyfreithiol nodi enwau a chymwysterau proffesiynol y personél a fydd yn gyfrifol am ddarparu'r gwasanaeth?

Na

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


Blwch wedi'i dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch heb ei dicio

Cyfiawnhad dros ddewis gweithdrefn gyflym

IV.1.1)

A yw ymgeiswyr wedi'u dewis eisoes?

Na

IV.1.2)

Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

IV.1.3)

Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog

Blwch heb ei dicio

IV.2)

Meini Prawf Dyfarnu

Na


Ie

Na

IV.2.2)

Defnyddir arwerthiant electronig

Na

IV.3 Gwybodaeth Weinyddol

IV.3.1)

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio

IV.3.2)

Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael manylebau a dogfennau ychwanegol



 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  30 - 07 - 2015   12:00

IV.3.5)

Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd


IV.3.6)

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

Blwch wedi'i dicio     

IV.3.7)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw'r tendr 

IV.3.8)

Amodau ar gyfer agor tendrau





Adran VI: Gwybodaeth Arall

VI.1)

Nodwch a yw'r broses gaffael hon yn digwydd yn rheolaidd a rhowch Amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi


VI.2)

A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?

Na



VI.3)

Gwybodaeth Ychwanegol

All time-scales in this Notice are intended time-scales but the Contracting Authority reserves the right to vary these or any other procurement time-scales or arrangements.

The Contracting Authority reserves the right to abandon all or any part of this procurement at any stage following the publication of this Notice and/or not to award any contract. The Contracting Authority further reserves the right to award a contract or contracts in respect of part of the works or services.

All economic operators are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the ITT and all future stages of the selection, evaluation and award process. Under no circumstances will the Contracting Authority or any of its advisors be liable for any costs or expense borne by the economic operators or its associated organisations or advisors whether the economic operator is successful or otherwise.

Interested organisations may register and obtain the Invitation to Tender from the Kent Police Bravo Portal at www.kentpolice.bravosolution.co.uk Additional information relating to the details provided in this contract notice is available in the Invitation to Tender. Any further queries relating to this procurement may be addressed through the Portal. Economic operators are requested to submit any queries in relation to the Project, the Invitation to Tender or this notice through the Portal, and in particular are requested not to use the details at Section 1.1 of this notice or other means to contact the Contracting Authority in relation to this procurement.

Details of the contracting authority can be found here: www.essex.police.uk www.essex.pcc.police.uk www.kentpolice.bravosolution.co.uk www.contractsfinder.service.gov.uk/Search

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am y gweithdrefnau apelio


High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK




Corff sy'n gyfrifol am y gweithdrefnau cyfryngu










VI.4.2)

Cyflwyno apeliadau

The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract may be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  26 - 06 - 2015

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71210000 Gwasanaethau cynghori ar bensaernïaeth Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
71356400 Gwasanaethau cynllunio technegol Gwasanaethau technegol
71410000 Gwasanaethau cynllunio trefol Gwasanaethau cynllunio trefol a phensaernïaeth tirlunio
71400000 Gwasanaethau cynllunio trefol a phensaernïaeth tirlunio Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71320000 Gwasanaethau dylunio peirianneg Gwasanaethau peirianneg
71220000 Gwasanaethau dylunio pensaernïol Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
71500000 Gwasanaethau goruchwylio safleoedd adeiladu Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71322100 Gwasanaethau mesur meintiau ar gyfer gwaith peirianneg sifil Gwasanaethau dylunio peirianneg ar gyfer adeiladu gwaith peirianneg sifil
71332000 Gwasanaethau peirianneg geotechnegol Gwasanaethau peirianneg amrywiol
71311220 Gwasanaethau peirianneg priffyrdd Gwasanaethau ymgynghori ar beirianneg sifil
71200000 Gwasanaethau pensaernïol a gwasanaethau cysylltiedig Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71251000 Gwasanaethau pensaernïol ac arolygu adeiladau Gwasanaethau pensaernïol, peirianneg ac arolygu a thirfesur
71221000 Gwasanaethau pensaernïol ar gyfer adeiladau Gwasanaethau dylunio pensaernïol
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
71240000 Gwasanaethau pensaernïol, peirianneg a chynllunio Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
71250000 Gwasanaethau pensaernïol, peirianneg ac arolygu a thirfesur Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
71540000 Gwasanaethau rheoli adeiladu Gwasanaethau goruchwylio safleoedd adeiladu
70332200 Gwasanaethau rheoli eiddo masnachol gwaith atgyweirio a chynnal a chadw amhreswyl
71541000 Gwasanaethau rheoli prosiectau adeiladu Gwasanaethau rheoli adeiladu
71315200 Gwasanaethau ymgynghori ar adeiladau Gwasanaethau adeiladu
71530000 Gwasanaethau ymgynghori ar adeiladu Gwasanaethau goruchwylio safleoedd adeiladu
71312000 Gwasanaethau ymgynghori ar beirianneg strwythurol Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
71311210 Gwasanaethau ymgynghori ar briffyrdd Gwasanaethau ymgynghori ar beirianneg sifil
71315210 Gwasanaethau ymgynghori ar wasanaethau adeiladu Gwasanaethau adeiladu
71313200 Gwasanaethau ymgynghori ar ynysu rhag swn ac acwsteg ystafelloedd Gwasanaethau ymgynghori ar beirianneg amgylcheddol
71322400 Gwasanaethu dylunio argaeau Gwasanaethau dylunio peirianneg ar gyfer adeiladu 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:
candace.bloomfield@kent.pnn.police.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.