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

DfC - 4345809 - Department for Communities Public Realm/Environmental Improvement Schemes ICT Framework Agreement 2022-2026

  • Cyhoeddwyd gyntaf: 29 Gorffennaf 2022
  • Wedi'i addasu ddiwethaf: 29 Gorffennaf 2022

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:
ocds-h6vhtk-0356e4
Cyhoeddwyd gan:
Department for Communities
ID Awudurdod:
AA72536
Dyddiad cyhoeddi:
29 Gorffennaf 2022
Dyddiad Cau:
01 Medi 2022
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Work Orders will be allocated by call-off and secondary competition and the Client will appoint the Lead Consultants ICT and CTM's using an NEC4 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Department for Communities

Belfast Regeneration Office, Level 4, Nine Lanyon Place

BELFAST

BT13LP

UK

Person cyswllt: construct.infofinance-ni.gov.uk

Ffôn: +44 2890816555

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

NUTS: UK

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/home.do


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://etendersni.gov.uk/epps/home.do


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/home.do


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

DfC - 4345809 - Department for Communities Public Realm/Environmental Improvement Schemes ICT Framework Agreement 2022-2026

II.1.2) Prif god CPV

71420000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Work Orders will be allocated by call-off and secondary competition and the Client will appoint the Lead Consultants ICT and CTM's using an NEC4 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 000 000.00 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

71410000

71311000

71311210

71311220

71312000

II.2.3) Man cyflawni

Cod NUTS:

UKN0


Prif safle neu fan cyflawni:

As described in the Contract Documents

II.2.4) Disgrifiad o’r caffaeliad

The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Work Orders will be allocated by call-off and secondary competition and the Client will appoint the Lead Consultants ICT and CTM's using an NEC4 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area

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: 1 000 000.00 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:

This Framework Agreement will be awarded for a period of 4 years with the option to terminate at the end of Year 1, Year 2 and Year 3 or at any other time as may be deemed necessary by the Contracting Authority

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

Nifer yr ymgeiswyr a ragwelir: 4

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

This Framework Agreement will be awarded for a period of 4 years with the option to terminate at the end of Year 1, Year 2 and Year 3 or at any other time as may be deemed necessary by the Contracting Authority

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:

List and brief description of conditions: In order for a Contractor/Consultant to be eligible to participate in this competition they must hold licenses, accreditation or certificates for specific categories and sectors as set out in the PQQ 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 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 (NIPP), for a minimum period of 12 months or 3 years respectively A. list. of bodies subject to Northern Ireland Public Procurement Policy can be viewed at https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

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

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 4

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: 01/09/2022

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

Rhaid i’r tendr fod yn ddilys tan: 01/06/2023

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

CPD is assisting the CA Department for Communities in conducting the procurement process for this framework requirement, but for the avoidance of doubt, all contracts will be entered into by the Department for Communities and the successful tenderers. CPD is acting as a central purchasing body.. . The Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced by publication of this notice; (b) 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 candidates participating in this competition. Contracts awarded as a result of this procurement process shall be considered as a contract made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Economic Operator which is ineligible under Regulation 57 of the Public Contracts Regulations (PCR) (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which: (a) Provides information or confirmations which later prove to be untrue or incorrect; (b) Does not supply the information within the timescale required by this notice or by the Invitation to Tender Documentation or as otherwise required during the process. . . Instructions on how to submit a tender; - Suppliers must be registered on the Contracting Authorities e-procurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do . . All suppliers should follow the instructions on how to submit a tender within the Introduction and Brief Explanation document held within the documents area for this procurement on the eTendersNI portal..

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Department of Finance, Central Procurement Directorate Procurement Operations Branch

Department of Finance, Central Procurement Directorate Procurement Operations Branch Clare House, 303 Airport Road West

Belfast

BT3 9ED

UK

Ffôn: +44 2890816555

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

Cyfeiriad(au) rhyngrwyd

URL: https://www.finance-ni.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

28/07/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71410000 Gwasanaethau cynllunio trefol Gwasanaethau cynllunio trefol a phensaernïaeth tirlunio
71311220 Gwasanaethau peirianneg priffyrdd Gwasanaethau ymgynghori ar beirianneg sifil
71420000 Gwasanaethau pensaernïaeth tirwedd Gwasanaethau cynllunio trefol a phensaernïaeth tirlunio
71311000 Gwasanaethau ymgynghori ar beirianneg sifil Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
71312000 Gwasanaethau ymgynghori ar beirianneg strwythurol Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
71311210 Gwasanaethau ymgynghori ar briffyrdd Gwasanaethau ymgynghori ar beirianneg 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:
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.