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

Procurement of Fire Vehicles.

  • Cyhoeddwyd gyntaf: 29 Tachwedd 2013
  • Wedi'i addasu ddiwethaf: 29 Tachwedd 2013

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:
Belfast City Airport Limited
ID Awudurdod:
AA20378
Dyddiad cyhoeddi:
29 Tachwedd 2013
Dyddiad Cau:
20 Rhagfyr 2013
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This procurement relates to the potential supply of aerodrome rescue and fire-fighting foam producing vehicles(s) to the Contracting Authority under the terms of a framework agreement.

The Contracting Authority wishes to enter into the framework agreement with a single provider, which framework agreement sets out the terms upon which the Contracting Authority may (but does not commit or give any undertaking to do so) purchase or lease up to 3 aerodrome rescue and fire-fighting foam-producing vehicles (“Vehicles”) and purchase training, maintenance and support services and supply of spare parts. It is currently anticipated that the framework agreement will, subject to any earlier termination in accordance with its terms, continue for a period of four (4) years from commencement. The Contracting Authority may call off purchase/leasing of Vehicles and supply of services under the terms of the framework agreement by way of a call-off agreement that sets out the commercial terms of each purchase (“Call-Off Agreement”). Each Call-Off Agreement (if any) will be entered into in accordance with the process described in, and the terms of, the framework agreement. It is anticipated currently that any Call-Off Agreement entered into during the term of the framework agreement will continue for the whole life of the Vehicles and require whole life maintenance (estimated to be a period of 15 years from the date of successful commissioning of the Vehicle(s)).

Further details are available in the Project Information Memorandum and Pre-Qualification Questionnaire available on request from the contact point referred to above.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFLEUSTODAU

Adran I: Endid Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Belfast City Airport Limited

Sydenham Bypass

Belfast

BT3 9JH

UK

Seamus MacMahon

+44 2890935131

seamus.macmahon@belfastcityairport.com


http://www.belfastcityairport.com


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)

Prif weithgaredd neu weithgareddau'r endid contractio

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

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr endid contractio

Procurement of Fire Vehicles.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

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

II.1.2(c))

Math o gontract gwasanaeth

II.1.2)

Safle neu leoliad y gwaith, man cyflawni neu berfformio

George Best Belfast City Airport.


Cod NUTS  UKN01

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

4

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

795 0002 385 000
GBP

Amlder y contractau a ddyfernir

The Contracting Authority wishes to enter into a framework agreement with a single provider under which the Contracting Authority may (but does not give any commitment or undertaking to do so by entering into the framework agreement) purchase or lease up to 3 aerodrome rescue and fire-fighting foam producing vehicle(s). The Contracting Authority also may (but does not give any commitment or undertaking to do so by entering into the framework agreement) purchase training, maintenance and support services and supply of spare parts from the successful bidder, and the range in scope of estimated value above reflects the potential variation in the Contracting Authority's requirements from potential (but not committed) purchase of one vehicle (including whole life maintenance) to potentially up to three vehicles (and whole life maintenance for each of the vehicles). In each case the whole life maintenance is estimated to be a period of 15 years from the date of successful commissioning of the vehicles.

II.1.5)

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

This procurement relates to the potential supply of aerodrome rescue and fire-fighting foam producing vehicles(s) to the Contracting Authority under the terms of a framework agreement.

The Contracting Authority wishes to enter into the framework agreement with a single provider, which framework agreement sets out the terms upon which the Contracting Authority may (but does not commit or give any undertaking to do so) purchase or lease up to 3 aerodrome rescue and fire-fighting foam-producing vehicles (“Vehicles”) and purchase training, maintenance and support services and supply of spare parts. It is currently anticipated that the framework agreement will, subject to any earlier termination in accordance with its terms, continue for a period of four (4) years from commencement. The Contracting Authority may call off purchase/leasing of Vehicles and supply of services under the terms of the framework agreement by way of a call-off agreement that sets out the commercial terms of each purchase (“Call-Off Agreement”). Each Call-Off Agreement (if any) will be entered into in accordance with the process described in, and the terms of, the framework agreement. It is anticipated currently that any Call-Off Agreement entered into during the term of the framework agreement will continue for the whole life of the Vehicles and require whole life maintenance (estimated to be a period of 15 years from the date of successful commissioning of the Vehicle(s)).

Further details are available in the Project Information Memorandum and Pre-Qualification Questionnaire available on request from the contact point referred to above.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

34144210
34144213
35112000
50100000
50110000

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?

Ie

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

II.2.2)

Opsiynau

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

Nifer yr adnewyddiadau posibl

Yn achos contractau adnewyddadwy, amserlen amcangyfrifedig ar gyfer galwadau dilynol am gystadleuaeth:

II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

48

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

The Contracting Authority reserves the right to require performance bonds, retention bonds, deposits, parent company guarantees or other forms of undertaking or security to ensure proper contractual performance.

III.1.2)

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

As set out in the contract documentation, which will be provided to all bidders invited to take part in the negotiation process.

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

Subject to the status and involvement of the parties, the Contracting Authority may require the parties to commit to joint and several liability in respect of the framework agreement. Alternatively the Contracting Authority may require the lead operator to take total responsibility or a consortium to form a legal entity and provide parent company guarantees before entering into any framework agreement.

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

The conditions applicable to the framework agreement are set out in the Pre-Qualification Questionnaire, Project Information Memorandum, Invitation to Negotiate and draft framework agreement. It will be a condition of the framework agreement that the successful bidder's staff obtain and maintain full security clearance for working airside during the term of the framework agreement. If any material elements of the framework agreement will be sub-contracted, sub-contractors must be identified and complete the relevant sections of the Pre-Qualification Questionnaire.

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol cyflenwyr, contractwyr neu ddarparwyr gwasanaeth


As specified in the Pre-Qualification Questionnaire.

III.2.2)

Capasiti economaidd ac ariannol


The minimum standards to be met by the bidder are specified in full in the Pre-Qualification Questionnaire (available on request from the contact point specified above) and include, without limitation: minimum insurance coverage in relation to: (a) Employer's liability insurance of GBP 10 million (each and every claim); (b) Public liability insurance of GBP 5 million (each and every claim); (c) product liability insurance of GBP 10 million (each and every claim); and (d) airside liability insurance of GBP 20 million (each and every claim).


III.2.3)

Capasiti technegol


The minimum standards to be met by the successful bidder are specified in full in the Pre-Qualification Questionnaire.


III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


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

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 endid contractio

IV.3.2)

Cyhoeddiad 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 dogfennau contract a dogfennau ychwanegol



 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  20 - 12 - 2013   12:00

IV.3.5)

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

Blwch wedi'i dicio     

IV.3.6)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw ei dendr 

IV.3.7)

Amodau ar gyfer agor tendrau




Adran VI: Gwybodaeth Ategol

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

The Pre-Qualification Questionnaire and Project Information Memorandum are available on request from the contact point set out in section 1 of this notice.

The costs of responding to this OJEU notice and participation in the procurement will be borne by each bidder. All discussions and correspondence will be deemed strictly subject to contract until the formal framework agreement is entered into. Bidders should note that only once the Contracting Authority has entered into a Call-Off Agreement under the framework agreement will there be a binding commitment to purchase any Vehicles and/or services. The framework agreement will not be binding until it has been signed and dated by the authorised representatives of both parties. Bidders that satisfy the requirements of the pre-qualification process may be offered the opportunity of a site visit to inspect the Contracting Authority's current vehicles and the areas in which associated services are required. Further details will be provided by the Contracting Authority in due course. Bidders should note that continued whole life maintenance of the existing fleet of vehicles does not form part of this procurement and will continue to be carried out by the existing supplier.

All bidders must maintain the validity of their tender for 6 months from the date stated for receipt of the tender.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am weithdrefnau apelio


Please refer to section VI.4.2 of this notice








Corff sy'n gyfrifol am weithdrefnau 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 all bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the framework agreement is entered into. The Utilities Contracts Regulations 2006 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  27 - 11 - 2013

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34144210 Cerbydau diffodd tân Eitemau dodrefnu meddal arbenigol
35112000 Cyfarpar achub ac argyfwng Cyfarpar diffodd tân, achub a diogelwch
50100000 Gwasanaethau atgyweirio a chynnal a chadw cerbydau a chyfarpar cysylltiedig, a gwasanaethau cysylltiedig Gwasanaethau atgyweirio a chynnal a chadw
50110000 Gwasanaethau atgyweirio a chynnal a chadw cerbydau modur a chyfarpar cysylltiedig Gwasanaethau atgyweirio a chynnal a chadw cerbydau a chyfarpar cysylltiedig, a gwasanaethau cysylltiedig
34144213 Injans tân Eitemau dodrefnu meddal arbenigol

Lleoliadau Dosbarthu

ID Disgrifiad
Nid oes unrhyw leoliadau dosbarthu ar gyfer yr hysbysiad hwn.

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:
N/a
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.