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

TEO 2926458 Concept Design and Cost Input Framework to Outline Business Cases

  • Cyhoeddwyd gyntaf: 01 Gorffennaf 2020
  • Wedi'i addasu ddiwethaf: 01 Gorffennaf 2020

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 Executive Office
ID Awudurdod:
AA56652
Dyddiad cyhoeddi:
01 Gorffennaf 2020
Dyddiad Cau:
29 Gorffennaf 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This commission is for an Integrated Consultant Team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is stage 0 strategic definition, stage 1 preparation and brief and stage 2 concept design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites, etc. Specific employer tasks are provided in the tender documentation scope of service Annex A — currently provided in draft for information purposes. The contract will operate for a period of 2 years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of 1 year each up to a maximum of 4 years.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Executive Office

Castle Buildings, Stormont Estate

Belfast

BT4 3GS

UK

Ffôn: +44 2890816555

E-bost: construct.info@finance-ni.gov.uk

NUTS: UKN

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://etendersni.gov.uk/epps

Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps

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://etendersni.gov.uk/epps


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://etendersni.gov.uk/epps


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


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://etendersni.gov.uk/epps


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

TEO 2926458 Concept Design and Cost Input Framework to Outline Business Cases

Cyfeirnod: 2926458

II.1.2) Prif god CPV

71220000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

This commission is for an integrated consultant team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is stage 0 Strategic Definition, stage 1 preparation and brief and stage 2 concept design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites, etc. Specific employer tasks are provided in the tender documentation Scope of Service Annex A — currently provided in draft for information purposes. The contract will operate for a period of 2 years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of 1 year each up to a maximum of 4 years.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 243 600.00 GBP

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

71311000

II.2.3) Man cyflawni

Cod NUTS:

UKN

II.2.4) Disgrifiad o’r caffaeliad

This commission is for an Integrated Consultant Team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is stage 0 strategic definition, stage 1 preparation and brief and stage 2 concept design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites, etc. Specific employer tasks are provided in the tender documentation scope of service Annex A — currently provided in draft for information purposes. The contract will operate for a period of 2 years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of 1 year each up to a maximum of 4 years.

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: 243 600.00 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: Ydy

Disgrifiad o’r adnewyddiadau:

The contract will operate for a period of two (2) years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two (2) periods of one (1) year each up to a maximum of 4 years. Work programmes for specific tasks to be agreed on a task order basis.

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

Nifer yr ymgeiswyr a ragwelir: 5

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

Further information is provided in the procurement documents, please refer to MOI Part A 1.6.1 shortlist of economic operators.

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:

In order for a contractor/consultant to be eligible to participate in this competition they must hold licenses, accreditations or certificates for specific categories and sectors as set out below: please refer to the pre-qualification documentation.

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.2.1) Gwybodaeth am broffesiwn penodol

PDim ond proffesiwn penodol all gymryd rhan : Ydy

Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:

The economic operator team must be made up of the following disciplines: architect, quantity surveyor, civil engineer, landscape architect, principal designer.

III.2.2) Amodau perfformiad contractau

The economic operators’ performance on this contract will be regularly monitored. As part of its contract management procedures, the contracting authority will use the protocol for managing poor supplier performance contained in procurement guidance Note PGN 01/12 — Contract management principles and procedures: https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures If an economic operator has received more than one current notice of written warning or a notice of unsatisfactory performance, the contracting authority, at its discretion, can consider an economic operator’s exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPPP), for a minimum period of 12 months or 3 years respectively. A list of bodies subject to NIPPP can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

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

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 29/07/2020

Amser lleol: 15:00

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

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: Na

VI.3) Gwybodaeth ychwanegol

CPD, in its capacity as a central purchasing body, is administering this procurement on behalf of the contracting authority. The contracting authority expressly reserves the right:

(i) to award one, some, all or no lots;

(ii) not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and

(iii) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the authority be liable for any costs incurred by economic operators or candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the economic operator or candidate participating in this procurement process. No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation, etc. will be paid if a contract or framework agreement is withdrawn for any reason. Economic operators should take part in this process only on the basis that they fully understand and accept this position.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Department of Finance, Construction Procurement Delivery, Procurement Operations Branch

Belfast

UK

VI.4.3) Gweithdrefn adolygu

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

Precise information on deadline(s) for review procedures: this procurement is governed by the Public Contract Regulations 2015 and provides for economic operators who have suffered or who risk suffering loss or damage as a consequence of an alleged breach of duty owned in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers .That notification will provide information on the award decision .The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the required decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time to 3 months where the court considers that there is a good reason for doing so).

VI.5) Dyddiad anfon yr hysbysiad hwn

29/06/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71220000 Gwasanaethau dylunio pensaernïol Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
71311000 Gwasanaethau ymgynghori ar beirianneg sifil Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu

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:
construct.info@finance-ni.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.