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

Docklands Light Railway Wheel Lathe Removal and Replacement with a New Lathe.

  • Cyhoeddwyd gyntaf: 05 Tachwedd 2014
  • Wedi'i addasu ddiwethaf: 05 Tachwedd 2014

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:
Docklands Light Railway Limited
ID Awudurdod:
AA30907
Dyddiad cyhoeddi:
05 Tachwedd 2014
Dyddiad Cau:
09 Rhagfyr 2014
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The requirement is to supply, install and commission a new wheel lathe to replace the existing wheel lathe which is currently being operated by Docklands Light Railway Limited (DLRL) at its maintenance facility at Beckton in East London. The new wheel lathe will be installed in the same location as the existing lathe. This means that the successful Bidder will have to decommission and first remove the old lathe which weights approximately 15t.

The new wheel lathe must be capable of turning at least 6 train axles in a 4 hour period and have a total capacity of no less than 1 650 train axles per annum.

Depending on the weight, and size of the new wheel lathe, the work may require an amount of building works involving new foundations or bases for the new lathe and alterations to the existing maintenance shed.

The new wheel lathe will also require a system which allows the accurate locating of the DLR rail vehicles over the lathe.

The successful Bidder will also be required to provide training, including operation and maintenance manuals in English to allow DLR staff to operate and maintain the lathe.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFLEUSTODAU

Adran I: Endid Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Docklands Light Railway Limited

PO Box 154, Castor Lane, Poplar

London

E14 0DX

UK

David Keep

Ke Tran

+44 2073639755

ke.tran@dlr.tfl.gov.uk

+44 2073639708

www.dlr.co.uk


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

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr endid contractio

Docklands Light Railway Wheel Lathe Removal and Replacement with a New Lathe.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

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

II.1.2(c))

Math o gontract gwasanaeth

II.1.2)

Safle neu leoliad y gwaith, man cyflawni neu berfformio

Beckton Depot, Armada Way, Beckton, London E6 7FB.


Cod NUTS  UK

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

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

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch heb ei dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

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

Amlder y contractau a ddyfernir

II.1.5)

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

The requirement is to supply, install and commission a new wheel lathe to replace the existing wheel lathe which is currently being operated by Docklands Light Railway Limited (DLRL) at its maintenance facility at Beckton in East London. The new wheel lathe will be installed in the same location as the existing lathe. This means that the successful Bidder will have to decommission and first remove the old lathe which weights approximately 15t.

The new wheel lathe must be capable of turning at least 6 train axles in a 4 hour period and have a total capacity of no less than 1 650 train axles per annum.

Depending on the weight, and size of the new wheel lathe, the work may require an amount of building works involving new foundations or bases for the new lathe and alterations to the existing maintenance shed.

The new wheel lathe will also require a system which allows the accurate locating of the DLR rail vehicles over the lathe.

The successful Bidder will also be required to provide training, including operation and maintenance manuals in English to allow DLR staff to operate and maintain the lathe.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

34000000
34600000
34620000
34631400
51000000
51100000
51500000
51110000
51120000
51111100

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?

Na

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:

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

Parent company guarantees may be requested. Performance bonds may also be required as an alternative or in addition to parent company guarantees.

III.1.2)

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

The winning bidder will be remunerated by a specified fee.

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

No particular legal form is required.

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol cyflenwyr, contractwyr neu ddarparwyr gwasanaeth


Please refer to the Pre-Qualification Questionnaire.

III.2.2)

Capasiti economaidd ac ariannol


Please refer to the Pre-Qualification Questionnaire.


III.2.3)

Capasiti technegol


Please refer to 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 wedi'i dicio
Blwch heb ei 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

  09 - 12 - 2014   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

Respondents should note the following:

(a) The description provided in II.1.5 represent the current anticipated requirements of Docklands Light Railway Limited. Docklands Light Railway Limited reserves the right to amend the description and/or the scope and/or adjust the duration of the contract as a result of emerging requirements.

(b) Interested respondents must complete the pre-qualification questionnaire which can be obtained by emailing a request to ke.tran@dlr.tfl.gov.uk

(c) A response to this notice does not guarantee that an entity will be invited to tender; the process for selection of bidders to be invited to tender will be set out in the pre-qualification documents. The award process may be terminated or suspended at any time without cost or liability to Docklands Light Railway Limited, Transport for London (TfL) or any other party.

(d) Neither Docklands Light Railway Limited nor TfL binds itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Docklands Light Railway Limited reserves the right to vary the procedure relating to the conduct of the award process and to require further information from respondents.

(e) Docklands Light Railway Limited has developed an approach to ensure that past performance on relevant contracts/operations can be taken into account and assessed during the procurement process, and prior to entering into the contract. In addition to assessing the bidders' technical ability to deliver the contract, this will give Docklands Light Railway Limited confidence, based on past performance, that the successful Bidder will perform the contract in a satisfactory manner. Docklands Light Railway Limited will assess these requirements at the pre-qualification stage. In addition, bidders may be asked, at any subsequent procurement stage, to update the evidence they have provided in relation to past performance to reflect more recent performance on new or existing contracts, or to confirm that nothing has changed. Furthermore, Docklands Light Railway Limited reserves the right to request further information from referees at any procurement stage.

(f) Docklands Light Railway Limited embraces diversity and welcomes applications from all suitably skilled suppliers who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. Docklands Light Railway Limited welcomes applications from suppliers committed to the principles of reducing, reusing and recycling resources and to the practices of buying recycled. Docklands Light Railway Limited strongly supports and implements the Greater London Authority Group Responsible Procurement Policy, details of which may be found at: http://www.london.gov.uk/rp/policy/

Further details as to the application of responsible procurement to this procurement may be set out in the pre-qualification and tender documents.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am weithdrefnau apelio


High Court of England and Wales

Royal Courts of Justice Strand

London

WC2A 2LL

UK




Corff sy'n gyfrifol am weithdrefnau cyfryngu










VI.4.2)

Cyflwyno apeliadau


Docklands Light Railway Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full 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 award decision before the contract is entered into. The Utilities Contracts Regulations (SI 2005 No 6) 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 (England, Wales and Northern Ireland).

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho


Crown Commercial Service

Rosebery Court, St Andrew's Business Park

Norwich

NR7 0HS

UK




VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  31 - 10 - 2014

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34000000 Cyfarpar cludo a chynhyrchion sy’n gysylltiedig â chludiant Trafnidiaeth a Gwasanaethau Cysylltiedig
34631400 Echelydd olwynion a theiars a chydrannau eraill locomotifau neu wagenni Cydrannau locomotifau neu wagenni
51000000 Gwasanaethau gosod (heblaw meddalwedd) Gwasanaethau eraill
51120000 Gwasanaethau gosod cyfarpar mecanyddol Gwasanaethau gosod cyfarpar trydanol a mecanyddol
51110000 Gwasanaethau gosod cyfarpar trydanol Gwasanaethau gosod cyfarpar trydanol a mecanyddol
51100000 Gwasanaethau gosod cyfarpar trydanol a mecanyddol Gwasanaethau gosod (heblaw meddalwedd)
51111100 Gwasanaethau gosod moduron trydan Gwasanaethau gosod moduron, generaduron a newidyddion trydan
51500000 Gwasanaethau gosod peiriannau a chyfarpar Gwasanaethau gosod (heblaw meddalwedd)
34600000 Locomotifau a wagenni rheilffordd a thramffordd a chydrannau cysylltiedig Cyfarpar cludo a chynhyrchion sy’n gysylltiedig â chludiant
34620000 Wagenni Locomotifau a wagenni rheilffordd a thramffordd a chydrannau cysylltiedig

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:
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.