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

ISO Certification, Carbon Management Assessment (Lot 1) and Environmental Data Verification Services (Lot 2)

  • Cyhoeddwyd gyntaf: 16 Tachwedd 2022
  • Wedi'i addasu ddiwethaf: 16 Tachwedd 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-038466
Cyhoeddwyd gan:
High Speed Two (HS2) Limited
ID Awudurdod:
AA23312
Dyddiad cyhoeddi:
16 Tachwedd 2022
Dyddiad Cau:
16 Rhagfyr 2022
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Lot 1 - ISO Certification and Carbon Management Assessment Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide certification services of its management systems to the following standards:

- ISO 9001:2015 Quality Management

- ISO 14001:2015 Environmental Management

- ISO 45001:2018 Occupational Health and Safety Management System

- The latest standard for Carbon Management in Infrastructure, as determined by the British Standards Institution (BSI) (e.g., PAS2080:2016).

The Supplier will provide evidence for HS2 Ltd's continual compliance to the certified management systems and identify areas for continual improvement. This will support the continued effectiveness and efficiencies of HS2 Ltd's internal controls.

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

HIGH SPEED TWO (HS2) LIMITED

High Speed Two (HS2) Limited, Two Snowhill, Queensway

Birmingham

B4 6GA

UK

E-bost: saema.jaffer1@hs2.org.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.hs2.org.uk/

I.3) Cyfathrebu

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

https://hs2.bravosolution.co.uk/web/index.html


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://hs2.bravosolution.co.uk/web/index.html


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://hs2.bravosolution.co.uk/web/index.html


I.6) Prif weithgaredd

Gwasanaethau rheilffyrdd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

ISO Certification, Carbon Management Assessment (Lot 1) and Environmental Data Verification Services (Lot 2)

Cyfeirnod: 2494 (JAGGAER Project Reference Number)

II.1.2) Prif god CPV

71313420

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Lot 1 - ISO Certification and Carbon Management Assessment Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide certification services of its management systems to the following standards:

- ISO 9001:2015 Quality Management

- ISO 14001:2015 Environmental Management

- ISO 45001:2018 Occupational Health and Safety Management System

- The latest standard for Carbon Management in Infrastructure, as determined by the British Standards Institution (BSI) (e.g., PAS2080:2016).

The Supplier will provide evidence for HS2 Ltd's continual compliance to the certified management systems and identify areas for continual improvement. This will support the continued effectiveness and efficiencies of HS2 Ltd's internal controls.

Lot 2: Environmental Data Verification Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide environmental data verification services to support development and publication of its annual Environmental Sustainability Progress Report (ESPR) statement.

The Supplier will help HS2 Ltd ensure that best practices are adhered to in relation to environmental data assurance, data reporting systems and any topic specific requirements e.g., carbon management.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 444 000.00 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:

Economic Operators are invited to apply for Lot 1 and/or Lot 2 and may be successfully awarded both Lots should they be determined as the Most Economically Advantageous Tender (MEAT) in accordance with the process set out in the procurement documents.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

ISO Certification and Carbon Management Assessment (Lot 1)

II.2.2) Cod(au) CPV ychwanegol

71313420

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 - ISO Certification and Carbon Management Assessment Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide certification services of its management systems to the following standards:

- ISO 9001:2015 Quality Management

- ISO 14001:2015 Environmental Management

- ISO 45001:2018 Occupational Health and Safety Management System

- The latest standard for Carbon Management in Infrastructure, as determined by the British Standards Institution (BSI) (e.g., PAS2080:2016).

The Supplier will provide evidence for HS2 Ltd's continual compliance to the certified management systems and identify areas for continual improvement. This will support the continued effectiveness and efficiencies of HS2 Ltd's internal controls.

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: 216 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/03/2023

Diwedd: 28/02/2026

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The Contract is expected to commence on 1st March 2022. Subject to the Conditions of Contract, the expected Contract duration is 36 months for the initial term, with the option to extend for up to a further 36 months via single or multiple fixed term increments, at the sole discretion of HS2 Ltd.

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

Rhif y Lot 2

II.2.1) Teitl

Environmental Data Verification Services (Lot 2)

II.2.2) Cod(au) CPV ychwanegol

71313450

71317210

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 2: Environmental Data Verification Services - As part of this Lot, HS2 Ltd intends to appoint a Supplier to provide environmental data verification services to support development and publication of its annual Environmental Sustainability Progress Report (ESPR) statement.

The Supplier will help HS2 Ltd ensure that best practices are adhered to in relation to environmental data assurance, data reporting systems and any topic specific requirements e.g., carbon management.

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: 228 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/03/2023

Diwedd: 28/02/2026

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The Contract is expected to commence on 1st March 2022. Subject to the Conditions of Contract, the expected Contract duration is 36 months for the initial term, with the option to extend for up to a further 36 months via single or multiple fixed term increments, at the sole discretion of HS2 Ltd.

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

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:

As set out in the procurement 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.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan

As set out in the procurement documents.

III.1.6) Adneuon a gwarantau sy’n ofynnol:

As set out in the procurement documents.

III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:

As set out in the procurement documents.

III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:

As set out in the procurement documents.

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

III.2.2) Amodau perfformiad contractau

As set out in the procurement documents.

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: 16/12/2022

Amser lleol: 12:00

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

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 16/12/2022

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Tenderers must complete the Invitation to Tender (ITT) on the HS2 e-Sourcing portal strictly in accordance with the submission deadline stated in the ITT. Please note that the ITT submission deadline is a precise time and Tenderers should allow sufficient time to upload their completed ITT.

HS2 Ltd will accept tenders from a number of bidding models, including single entities or consortia. A Tenderer may only submit one tender per the Lot(s) they are bidding for. HS2 Ltd will not accept multiple tenders from the same organisation/economic operators, or from multiple organisations/economic operators within the same corporate group or otherwise under common ownership (whether as single Tenderer or as party to a consortium).

The ITT can be found through HS2 Ltd's eSourcing portal at https://hs2.bravosolution.co.uk, under the reference "itt_1374 - Lots 1 and 2 ISO Certification, Carbon Management Assessment and Environmental Data Verification"

For further assistance on use of HS2 Ltd's e-Sourcing portal Tenderers should contact the portal's helpdesk which is available Monday to Friday (08:00-18:00) GMT via:

- email: help_uk@jaggaer.com or

- telephone: +44 800 069 8630;

The procurement process may be terminated or suspended at any time without cost or liability to HS2 Ltd. HS2 Ltd does not bind itself to enter into any Contract arising out of the procurement procedure or Contract Notice. No contractual rights express or implied arise out of this Contract Notice or the procurement procedure envisaged by it. HS2 Ltd reserves the right to vary its requirements and the procedure relating to the conduct of the award process. HS2 Ltd reserves the right to disqualify any Tenderers on terms set out in the ITT.

Tenderers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice and with submitting any tender, howsoever incurred.

HS2 Ltd embraces diversity and welcomes tenders from all suitably skilled and experienced economic operators of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership.

There is no guarantee, express or implied, that appointed Supplier(s) will receive any, or a particular volume or value of work. The estimated values quoted in this Contract Notice include allowance for the maximum extension option.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Ffôn: +44 20794760000

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

HS2 Ltd will incorporate a minimum of 10 (ten) calendar day standstill period at the point information on the award of the Contracts and the reasons for the decision is communicated to Tenderers.

VI.5) Dyddiad anfon yr hysbysiad hwn

15/11/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71317210 Gwasanaethau ymgynghori ar iechyd a diogelwch Gwasanaethau ymgynghori ar ddiogelu rhag peryglon a’u rheoli
71313450 Monitro amgylcheddol ar gyfer adeiladu Gwasanaethau ymgynghori ar beirianneg amgylcheddol
71313420 Safonau amgylcheddol ar gyfer adeiladu Gwasanaethau ymgynghori ar beirianneg amgylcheddol

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:
saema.jaffer1@hs2.org.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.