Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Department for Communities
Level 4, NINE Lanyon Place
BELFAST
BT1 3LP
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
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
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
DfC 4223072 Lagan Impound Environmental Consultancy Services 2022
Cyfeirnod: 4223072
II.1.2) Prif god CPV
90713000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Contract is for Environmental Engineering Consultancy Services to assist the Employer (DfC) in the management of the River Lagan Impoundment and where necessary the wider Lagan area. The professional technical and advisory services shall include for specialist technical expertise and analysis over a wide range of environmental issues, with particular emphasis on Water Quality assessment. For a full description of the services required, refer to the competition documents, in particular MOI Part B.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 300 000.00 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
90713100
II.2.3) Man cyflawni
Cod NUTS:
UKN0
Prif safle neu fan cyflawni:
River Lagan Belfast
II.2.4) Disgrifiad o’r caffaeliad
The Contract is for Environmental Engineering Consultancy Services to assist the Employer (DfC) in the management of the River Lagan Impoundment and where necessary the wider Lagan area. The professional technical and advisory services shall include for specialist technical expertise and analysis over a wide range of environmental issues, with particular emphasis on Water Quality assessment. For a full description of the services required, refer to the competition documents, in particular MOI Part B.
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: 300 000.00 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:
Ydy
Disgrifiad o’r opsiynau:
This contract will be awarded for 4 years with a Contracting Authority option to terminate at the end of Year 2 and Year 3.
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
The Contract is for Environmental Engineering Consultancy Services to assist the Employer (DfC) in the management of the River Lagan Impoundment and where necessary the wider Lagan area in Belfast, Northern Ireland. Professional, technical and advisory services are required and they shall include for specialist technical expertise and analysis over a wide range of environmental issues, with particular emphasis on Water Quality assessment
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
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Refer to Contract Documentation
Lefel(au) gofynnol y safonau sydd eu hangen:
Refer to Contract Documentation
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Refer to Contract Documentation
Lefel(au) gofynnol y safonau sydd eu hangen:
Refer to Contract Documentation
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
TThe 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:. 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: . 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 agored
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:
07/06/2022
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:
07/10/2022
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
07/06/2022
Amser lleol: 15:30
Place:
via CPDs eTendersNI Tender Procurement Portal
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
Tenders will be opened by the appropriate numbers of staff of CPD's Procurement Operations Branch
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.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Department of Finance 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/contract
VI.5) Dyddiad anfon yr hysbysiad hwn
09/05/2022