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

Postal Goods, Services and Solutions

  • Cyhoeddwyd gyntaf: 20 Mai 2019
  • Wedi'i addasu ddiwethaf: 20 Mai 2019

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 Cabinet Office
ID Awudurdod:
AA26341
Dyddiad cyhoeddi:
20 Mai 2019
Dyddiad Cau:
05 Gorffennaf 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This will be a single supplier lot. The supplier shall provide low to medium volume capacity franking machines (including weighing scales) capable of processing up to 200 items of mail per day. This lot also includes maintenance services, service wrap provisions and consumables pertaining to the operation of the equipment to ensure it is kept in good working order.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Minister for the Cabinet Office acting through Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Ffôn: +44 3450103503

E-bost: supplier@crowncommercial.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

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

Cyfeiriad proffil y prynwr: https://www.crowncommercialservice.bravosolution.co.uk

I.3) Cyfathrebu

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

https://crowncommercialservice.bravosolution.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://crowncommercialservice.bravosolution.co.uk


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


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

Postal Goods, Services and Solutions

Cyfeirnod: RM6017

II.1.2) Prif god CPV

64000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative agreement for the provision of postal goods and services to be utilised by central government departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations. It is intended that this commercial agreement will be the recommended vehicle for all postal goods and services required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, health, police, fire and rescue, education, charities and devolved administrations. CCS is partnering with YPO and ESPO to put this agreement in place. The duration of the Framework Agreement is four (4) years with the option to enable customers to let a call-off agreement that may extend beyond the life of the Framework Agreement.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 140 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

CCS will award places on individual lots or a combination of Lots 1, 2, 3, 4, 6, 7, 8, 9, 10.

If bidding for Lot 5 the successful supplier shall provide independent, vendor neutral services to buyers that access this Lot 5. The supplier shall not be permitted to perform any of the services under any other lots of this framework contract, this is to ensure the integrity and independence of the services.

II.2) Disgrifiad

Rhif y Lot Lot 1

II.2.1) Teitl

Low to Medium Volume Franking Machines and Associated Consumables

II.2.2) Cod(au) CPV ychwanegol

30131400

30144100

50000000

50324200

64100000

64110000

64112000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This will be a single supplier lot. The supplier shall provide low to medium volume capacity franking machines (including weighing scales) capable of processing up to 200 items of mail per day. This lot also includes maintenance services, service wrap provisions and consumables pertaining to the operation of the equipment to ensure it is kept in good working order.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: N/A

Price / Pwysoliad:  100 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 400 000 000.00 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: 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

CCS will conduct an eAuction for Lot 1 only. For the avoidance of doubt, only bids that fully meet the requirement for quality and the technical specification will be deemed admissible bids to participate in the eAuction. CCS reserves the right to not perform an eAuction and to revert to a sealed bid price evaluation, where the lowest price will be awarded maximum price score.

Rhif y Lot Lot 2

II.2.1) Teitl

Franking Machines, Mailroom Equipment and Associated Consumables

II.2.2) Cod(au) CPV ychwanegol

30123400

30124520

30130000

30131000

30131100

30131200

30131300

30131400

30131500

30131600

30131800

30132000

30132100

30132300

30133000

30133100

30144100

30197310

30216130

38520000

39150000

43411000

48100000

48311000

50000000

50324200

50421200

51611100

64100000

64110000

64112000

72212311

72512000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This will be a multi-supplier lot that shall provide a wide range of requirements for franking machines, mailroom equipment, furniture, accessories, consumables and software, supporting maintenance services and service wraps pertaining to the operation of the equipment and ensuring it is kept in good working order.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60 %

Price / Pwysoliad:  40 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 600 000 000.00 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: 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

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot. Maximum number of bids may increase for this lot where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 2 is 10th position.

Rhif y Lot Lot 3

II.2.1) Teitl

Collection and Delivery of Letters, Large Letters and Parcels

II.2.2) Cod(au) CPV ychwanegol

60160000

60161000

64100000

64110000

64111000

64112000

64113000

64115000

64121100

64121200

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This will be a multi-supplier lot. The supplier shall provide a collection and delivery service for letters, large letters, and parcels which are collected from Buyer Site(s) for onward delivery within the UK including England, Northern Ireland, Scotland and Wales.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60 %

Price / Pwysoliad:  40 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 400 000 000.00 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: 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

It is envisaged that a framework contract will be awarded to 15 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 3 is 15th position.

Rhif y Lot Lot 4

II.2.1) Teitl

Collection and Delivery of Letters, Large Letters and Parcels to International Destinations

II.2.2) Cod(au) CPV ychwanegol

60160000

60161000

60411000

60421000

64100000

64110000

64111000

64112000

64113000

64121100

64121200

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This will be a multi-supplier lot. The supplier shall provide collection and delivery service, for letters, large letters and parcels which are collected from buyer site(s) for onward delivery to international destinations.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60 %

Price / Pwysoliad:  40 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 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: 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

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 4 is 10th position.

Rhif y Lot Lot 5

II.2.1) Teitl

Audits, Efficiency Reviews and Niche Consultancy

II.2.2) Cod(au) CPV ychwanegol

64110000

72220000

72221000

72228000

72316000

79212000

79212200

79311000

79410000

79418000

79421000

79421100

79900000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This is a multi-supplier lot. The supplier shall provide independent audits, efficiency reviews and niche consultancy services specific to mailroom operations and associated document and data management. Suppliers should be aware that if bidding for Lot 5 and are successful on Lot 5, suppliers will not be allowed to perform any other services on any other lot.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 70 %

Price / Pwysoliad:  30 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 20 000 000.00 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: 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

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 5 is 10th position.

Rhif y Lot Lot 6

II.2.1) Teitl

Business Process Outsourcing, Mailroom, Document and Data Managed Service

II.2.2) Cod(au) CPV ychwanegol

22821000

30131500

30132100

30133000

48000000

48213000

48223000

48310000

48500000

63121100

64000000

64216000

72212223

72212311

72212780

72412000

72512000

75100000

79410000

79421000

79421100

79500000

79570000

79800000

79900000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This is a multi-supplier lot. The supplier shall provide a fully outsourced managed service including on/off-site mailroom management, digital mailroom management and document and data management services.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 70 %

Price / Pwysoliad:  30 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 600 000 000.00 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: 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

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 6 is 10th position.

Rhif y Lot Lot 7

II.2.1) Teitl

Hybrid Mail, Digital and Transformational Communications

II.2.2) Cod(au) CPV ychwanegol

22821000

30131000

30133000

30133100

48000000

48100000

48200000

48210000

48211000

48213000

48214000

48219000

48219700

48223000

48310000

48311000

48311100

48313000

48320000

48328000

48329000

48500000

48613000

48780000

48781000

48782000

48920000

60161000

64000000

64100000

64110000

64112000

64122000

64216000

64216120

72212223

72212311

72212780

72412000

72512000

79570000

79571000

79800000

79823000

79824000

79900000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This is a multi-supplier lot. The supplier shall provide Hybrid Mail, Digital and transformational communication service that can be delivered at the buyer premises (on-site) or at the supplier’s premises (off-site) or a blend of both.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60 %

Price / Pwysoliad:  40 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 400 000 000.00 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: 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

It is envisaged that a framework contract will be awarded to 20 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 7 is 20th position.

Rhif y Lot Lot 8

II.2.1) Teitl

Inbound Delivery and Services

II.2.2) Cod(au) CPV ychwanegol

64100000

64110000

64122000

79500000

79900000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

The supplier shall provide a cost effective, flexible, high quality and value for money service capable of fulfilling a broad range of buyer requirements for inbound delivery services for mail items, packets and parcels being returned to buyer premises and/or nominated third party premises from the buyer’s end users/customers.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60 %

Price / Pwysoliad:  40 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 320 000 000.00 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: 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

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 8 is 10th position.

Rhif y Lot Lot 9

II.2.1) Teitl

Mail Opening and Digital Scanning Services

II.2.2) Cod(au) CPV ychwanegol

30131500

48100000

48211000

48214000

48219000

48311000

48311100

48313000

48328000

48329000

48613000

48720000

48780000

48781000

48782000

48920000

63121100

64000000

64100000

64110000

64112000

64113000

64122000

64216000

64216120

64216200

72212223

72212780

72312000

72313000

72314000

72317000

72512000

79500000

79571000

79995100

79996000

79996100

79999100

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This is a mulit-supplier lot. The supplier shall provide the provision of mail opening and digital scanning services, which can be carried out either at the buyer premises (on-site) or at the supplier’s premises (off-site), or a blend of both.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60 %

Price / Pwysoliad:  40 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 300 000 000.00 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: 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

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 9 is 10th position.

Rhif y Lot Lot 10

II.2.1) Teitl

Security Screening Services

II.2.2) Cod(au) CPV ychwanegol

43411000

60160000

60161000

64100000

64110000

64112000

64113000

64121000

64121100

79571000

79710000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

This is a multi-supplier lot. The supplier shall provide security screening services of a variety of inbound mail items; which shall include documents and parcels; and the security screening shall be for a range of hazardous items and materials.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60 %

Price / Pwysoliad:  40 %

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 60 000 000.00 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: 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

It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.

The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 10 is 10th position.

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:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender ("ITT") registering for access.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Information and formalities necessary for evaluating if the requirements are met:

Bidders will be assessed in accordance with the Invitation to Tender (ITT), Crown Commercial Service may take into account the following information:

1) A copy of your audited accounts for the most recent two (2) years;

2) A statement of your turnover, profit and loss account/income statement cash, balance sheet/statement of financial position and statement of cash flow for the most recent year of trading;

3) A statement of your cash flow forecast for the current year and a bank letter outlining the current cash; and

4) Credit position and/or an alternative means of demonstrating financial status.


Lefel(au) gofynnol y safonau sydd eu hangen:

Minimum level(s) of standards possibly required:

Your financial risk will be evaluated. We will use a credit reference agency to get a financial risk score for you and any members of your consortium or any nominated guarantors.

The financial risk score for each lot is:

Lot 1: 40;

Lot 2: 50;

Lot 3: 50;

Lot 4: 50;

Lot 5: 55;

Lot 6: 65;

Lot 7: 60;

Lot 8: 60;

Lot 9: 60;

Lot 10: 65.

Or, there is an equivalent international score, you will receive a pass to Stage 2.

If the score is less than the required minimum standards required:

Or, no financial risk score is available, then we will ask for a copy of audited accounts for the 2 most recent years.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Information and formalities necessary for evaluating if the requirements are met:

Bidders will be assessed in accordance with Section 5 of the Public Contract.

Regulations 2015 implementing the Directive, on the basis of information provided in response to an ITT.

The Authority may take into account the following information:

Lots 1-10, suitable contract examples demonstrating delivery of the mandatory Service requirements for each lot.

The contract examples for Lots 1 to 10 can be from the public or private sector and must describe comparable contract examples where similar requirements to those sought under this procurement have been performed and how its performance.

Demonstrates the technical and professional requirements.

Contract examples must have been performed during the 3 years prior to publication of the OJEU Contract Notice. Customer contacts must be warned they may be contacted by Crown Commercial Service to verify the accuracy of the information

Provided at any time.

Bidders, and all key subcontractors supplying the goods and/or services for Lots 1-10, must have a current and valid ISO 9001 certificate or equivalent certification.

Bidders, and all key subcontractors supplying the goods and/or services for Lots 1-10, must have a current and valid ISO 27001 certificate or equivalent certification.


Lefel(au) gofynnol y safonau sydd eu hangen:

Minimum level(s) of standards possibly required:

Suppliers should note that, in accordance with the UK Government's policies on transparency, CCS intends to publish the Invitation to Tender (ITT) document and the text of any framework contract awarded, subject to possible redaction's at the discretion of the Authority. The terms of the proposed framework contract will also permit public sector Contracting Authorities, awarding a contract under this framework contract, to publish the text of that contract, subject to possible redactions at the discretion of CCS.

Further information on transparency can be found at: https://www.contractsfinder.service.gov.uk/Notice/88a2a170-048e-4f79-8661-222db10c77bf

III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

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: 70

IV.1.6) Gwybodaeth am arwerthiant electronig

Defnyddir arwerthiant electronig

Gwybodaeth ychwanegol am arwerthiant electronig:

CCS reserves the right to use an eAuction at the call-off stage.

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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2017/S 234-486125

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

Dyddiad: 05/07/2019

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: 8  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 05/07/2019

Amser lleol: 15:01

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this Framework Agreement.

As part of this Contract Notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/88a2a170-048e-4f79-8661-222db10c77bf

1) Contract Notice Transparency Information for the Agreement;

2) Contract Notice Authorised Customer List;

3) Rights Reserved for CCS Framework;

4) Lot structure and number of awards (if applicable).

CCS considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) will not apply at framework level. We encourage you to take your own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract and to carry out due diligence accordingly.

Registering for access:

This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

To register, you will need to:

1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk

2) Select the link “I am a new supplier user”;

3) Read and agree to the portal user agreement;

4) Complete the registration form, providing information including:

— the full legal name of your organisation,

— your company registration number,

— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun&Bradstreet,

— user and contact details.

Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.

Note: If you require additional users from your organisation to see the Invitation to Tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via “User Management” > “Manage Users” > “Users” > “Create”.

Expressing an interest:

To express your interest in this procurement:

1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk

2) On the dashboard select the link ITTs open to all suppliers;

3) On the “ITTs Open to All Suppliers” webpage you will see one or more procurements listed, click on the procurement name you wish to access;

4) Click on express interest at the top of the next screen;

5) You can now access the published documents in the BravoSolution portal.

For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 08000698630.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

N/A

N/A

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

15/05/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
30197310 Agorwyr llythyrau Offer swyddfa bach
79900000 Amrywiol wasanaethau busnes a gwasanaethau sy’n gysylltiedig â busnes Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
30131800 Atodwyr stampiau Cyfarpar ystafell bost
60160000 Cludo post ar ffyrdd Gwasanaethau trafnidiaeth ffyrdd
30132000 Cyfarpar didoli Cyfarpar swyddfa bost
30132100 Cyfarpar didoli post Cyfarpar didoli
30133000 Cyfarpar postio Cyfarpar swyddfa bost
30133100 Cyfarpar swmp-bostio Cyfarpar postio
30130000 Cyfarpar swyddfa bost Peiriannau, cyfarpar a chyflenwadau swyddfa heblaw cyfrifiaduron, argraffyddion a dodrefn
30131000 Cyfarpar ystafell bost Cyfarpar swyddfa bost
72412000 Darparwr gwasanaeth post electronig Gwasanaethau darparwyr
30132300 Didolwyr Cyfarpar didoli
39150000 Dodrefn a chyfarpar amrywiol Dodrefn
22821000 Ffurflenni etholiadol Ffurflenni
79995100 Gwasanaethau archifo Gwasanaethau rheoli llyfrgelloedd
79212200 Gwasanaethau archwilio mewnol Gwasanaethau eiriolaeth
79823000 Gwasanaethau argraffu a danfon Gwasanaethau sy’n gysylltiedig ag argraffu
79824000 Gwasanaethau argraffu a dosbarthu Gwasanaethau sy’n gysylltiedig ag argraffu
79800000 Gwasanaethau argraffu a gwasanaethau cysylltiedig Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
79311000 Gwasanaethau arolygu Gwasanaethau ymchwil marchnad
50000000 Gwasanaethau atgyweirio a chynnal a chadw Gwasanaethau eraill
50421200 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar pelydr-X Gwasanaethau atgyweirio a chynnal a chadw cyfarpar meddygol
30216130 Gwasanaethau barbwr Darllenwyr magnetig neu optegol
72314000 Gwasanaethau casglu a choladu data Gwasanaethau prosesu data
72313000 Gwasanaethau casglu data Gwasanaethau prosesu data
60421000 Gwasanaethau cludiant post awyr heb ei drefnu Gwasanaethau cludiant awyr heb ei drefnu
60161000 Gwasanaethau cludo parseli Cludo post ar ffyrdd
60411000 Gwasanaethau cludo post awyr a drefnwyr Gwasanaethau cludiant awyr a drefnwyd
79500000 Gwasanaethau cymorth swyddfa Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
50324200 Gwasanaethau cynnal a chadw ataliol Gwasanaethau cymorth cyfrifiaduron personol
64121200 Gwasanaethau danfon parseli Gwasanaethau negesydd amlfodd
64121100 Gwasanaethau danfon post Gwasanaethau negesydd amlfodd
72316000 Gwasanaethau dansoddi data Gwasanaethau prosesu data
72212223 Gwasanaethau datblygu meddalwedd post electronig Gwasanaethau rhaglennu meddalwedd rhaglenni
72212311 Gwasanaethau datblygu meddalwedd rheoli dogfennau Gwasanaethau rhaglennu meddalwedd rhaglenni
72212780 Gwasanaethau datblygu meddalwedd rheoli systemau, storio a chynnwys Gwasanaethau rhaglennu meddalwedd rhaglenni
79710000 Gwasanaethau diogelwch Gwasanaethau ymchwilio a diogelwch
79212000 Gwasanaethau eiriolaeth Gwasanaethau cyfrifyddu ac archwilio
79421100 Gwasanaethau goruchwylio prosiectau heblaw ar gyfer gwaith adeiladu Gwasanaethau rheoli prosiectau heblaw ar gyfer gwaith adeiladu
51611100 Gwasanaethau gosod caledwedd Gwasanaethau gosod cyfrifiaduron
75100000 Gwasanaethau gweinyddu Gwasanaethau gweinyddu, amddiffyn a nawdd cymdeithasol
64216200 Gwasanaethau gwybodaeth electronig Gwasanaethau negeseuon a gwybodaeth electronig
72312000 Gwasanaethau mewnbynnu data Gwasanaethau prosesu data
64216000 Gwasanaethau negeseuon a gwybodaeth electronig Gwasanaethau ffôn a throsglwyddo data
64121000 Gwasanaethau negesydd amlfodd Gwasanaethau negesydd
64110000 Gwasanaethau post Gwasanaethau post a negesydd
64100000 Gwasanaethau post a negesydd Gwasanaethau post a thelathrebu
64122000 Gwasanaethau post a negesydd swyddfa mewnol Gwasanaethau negesydd
64000000 Gwasanaethau post a thelathrebu Gwasanaethau eraill
64216120 Gwasanaethau post electronig Gwasanaethau negeseuon a gwybodaeth electronig
64112000 Gwasanaethau post sy’n gysylltiedig â llythyrau Gwasanaethau post
64111000 Gwasanaethau post sy’n gysylltiedig â phapurau newydd a chyfnodolion Gwasanaethau post
64113000 Gwasanaethau post sy’n gysylltiedig â pharseli Gwasanaethau post
79571000 Gwasanaethau postio Gwasanaethau postio a llunio rhestrau postio
79570000 Gwasanaethau postio a llunio rhestrau postio Gwasanaethau cymorth swyddfa
72512000 Gwasanaethau rheoli dogfennau Gwasanaethau rheoli cyfrifiadurol
79421000 Gwasanaethau rheoli prosiectau heblaw ar gyfer gwaith adeiladu Gwasanaethau sy’n gysylltiedig â rheoli
79999100 Gwasanaethau sganio Gwasanaethau sganio ac anfonebu
63121100 Gwasanaethau storio Gwasanaethau storio ac adalw
72317000 Gwasanaethau storio data Gwasanaethau prosesu data
79996000 Gwasanaethau trefniadaeth busnes Amrywiol wasanaethau sy’n gysylltiedig â busnes
72221000 Gwasanaethau ymgynghori ar ddadansoddi busnes Gwasanaethau ymgynghori ar systemau a materion technegol
79410000 Gwasanaethau ymgynghori ar fusnes a rheoli Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig
79418000 Gwasanaethau ymgynghori ar gaffael Gwasanaethau ymgynghori ar fusnes a rheoli
72228000 Gwasanaethau ymgynghori ar integreiddio caledwedd Gwasanaethau ymgynghori ar systemau a materion technegol
72220000 Gwasanaethau ymgynghori ar systemau a materion technegol Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd
64115000 Llogi blychau post Gwasanaethau post
30124520 Llwythwyr dogfennau sganwyr Cydrannau ac ategolion ar gyfer peiriannau swyddfa
48313000 Pecyn meddalwedd adnabod nodau gweledol (OCR) Pecyn meddalwedd creu dogfennau
48920000 Pecyn meddalwedd awtomatiaeth swyddfa Pecynnau meddalwedd a systemau cyfrifiadurol amrywiol
48720000 Pecyn meddalwedd cod bar Rhaglenni gwasanaethu pecynnau meddalwedd
48310000 Pecyn meddalwedd creu dogfennau Pecyn meddalwedd creu dogfennau, lluniadu, delweddu, amserlennu a chynhyrchiant
48211000 Pecyn meddalwedd cydgysylltu platfformau Pecyn meddalwedd rhwydweithio
48500000 Pecyn meddalwedd cyfathrebu ac amlgyfrwng Systemau pecynnau meddalwedd a gwybodaeth
48219700 Pecyn meddalwedd gweinydd cyfathrebu Pecyn meddalwedd rhwydweithio amrywiol
48213000 Pecyn meddalwedd gwella systemau gweithredu Pecyn meddalwedd rhwydweithio
48320000 Pecyn meddalwedd lluniadu a delweddu Pecyn meddalwedd creu dogfennau, lluniadu, delweddu, amserlennu a chynhyrchiant
48100000 Pecyn meddalwedd penodol i ddiwydiant Systemau pecynnau meddalwedd a gwybodaeth
48223000 Pecyn meddalwedd post electronig Pecyn meddalwedd rhyngrwyd a mewnrwyd
48328000 Pecyn meddalwedd prosesu delweddau Pecyn meddalwedd lluniadu a delweddu
48311000 Pecyn meddalwedd rheoli dogfennau Pecyn meddalwedd creu dogfennau
48782000 Pecyn meddalwedd rheoli storfeydd Pecyn meddalwedd rheoli systemau, storio a chynnwys
48781000 Pecyn meddalwedd rheoli systemau Pecyn meddalwedd rheoli systemau, storio a chynnwys
48780000 Pecyn meddalwedd rheoli systemau, storio a chynnwys Rhaglenni gwasanaethu pecynnau meddalwedd
48210000 Pecyn meddalwedd rhwydweithio Pecyn meddalwedd rhwydweithio, Rhyngrwyd a mewnrwyd
48219000 Pecyn meddalwedd rhwydweithio amrywiol Pecyn meddalwedd rhwydweithio
48200000 Pecyn meddalwedd rhwydweithio, Rhyngrwyd a mewnrwyd Systemau pecynnau meddalwedd a gwybodaeth
48214000 Pecyn meddalwedd system weithredu rhwydwaith Pecyn meddalwedd rhwydweithio
30131500 Peiriannau agor post Cyfarpar ystafell bost
30131300 Peiriannau argraffu cyfeiriadau Cyfarpar ystafell bost
43411000 Peiriannau didoli a sgrinio Peiriannau prosesu mwynau
30144100 Peiriannau ffrancio post Peiriannau tebyg i rai cyfrifo
30131200 Peiriannau llenwi amlenni Cyfarpar ystafell bost
30123400 Peiriannau plygu Peiriannau swyddfa a busnes
30131100 Peiriannau plygu papur neu amlenni Cyfarpar ystafell bost
30131400 Peiriannau postio Cyfarpar ystafell bost
30131600 Peiriannau selio post Cyfarpar ystafell bost
79996100 Rheoli cofnodion Gwasanaethau trefniadaeth busnes
48613000 Rheoli data electronig (EDM) Systemau cronfa ddata
38520000 Sganwyr Cyfarpar gwirio a phrofi
48329000 System delweddu ac archifo Pecyn meddalwedd lluniadu a delweddu
48311100 System rheoli dogfennau Pecyn meddalwedd rheoli dogfennau
48000000 Systemau pecynnau meddalwedd a gwybodaeth Gwasanaethau Cyfrifiadurol a Chysylltiedig

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:
supplier@crowncommercial.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.