Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Department for Communities
DeparCauseway Exchange 1-7 Bedford Street Belfast County Antrim BT2 7EG
BELFAST
BT2 7EG
UK
Person cyswllt: SSDAdmin.CPDfinance-ni.gov.uk
E-bost: SSDAdmin.CPD@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.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 Lagan Weir Operational Services Contract 2024 – 2028
Cyfeirnod: 5524652
II.1.2) Prif god CPV
79620000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Department require a River Maintenance Team (“RMT”) to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 1 289 880.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
90000000
90700000
90900000
90500000
34996200
37412000
50000000
50200000
50240000
50241000
50241100
50241200
50246300
50246400
50246000
50246100
II.2.3) Man cyflawni
Cod NUTS:
UKN
II.2.4) Disgrifiad o’r caffaeliad
The Department require a River Maintenance Team (“RMT”) to perform duties associated with the management and maintenance of the Weir, the River, and associated facilities which includes but is not limited to pontoons, slipway, fishing stands, aeration system and public rescue equipment. The RMT will be assigned a weekly work rota by the River Manager or River Warden and occasionally be required to do other tasks as required on a response basis.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Qualitative Criteria
/ Pwysoliad: 40
Maen prawf cost: Quantitative Criteria
/ Pwysoliad: 60
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The Department for Communities may offer three additional extension options at the end of the initial one year term each option will be for a period of one year.
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 figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional servicesas detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-027659
Section V: Dyfarnu contract
Rhif Contract: 1
Teitl: Contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
26/10/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 1
Nifer y tendrau a ddaeth i law gan BBaChau: 1
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 1
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
ABCO MARINE SERVICES LTD
282 Moira Road
LISBURN
BT28 2TU
UK
E-bost: info@abcomarineservices.co.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: https://etendersni.gov.uk/epps
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 1 289 880.00 GBP
Cyfanswm gwerth y contract/lot: 1 289 880.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated.The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue. The Authority expressly reserves the rights (I). not to award any contract as a result of.. the. procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and.. structure. of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and (IV). to. award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended
Belfast
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
28/10/2024