HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL
|
Adran I: Awdurdod Contractio
|
I.1)
|
Enw, Cyfeiriad a Phwynt(iau) Cyswllt
|
|
South Oxfordshire District Council and Vale of White Horse District Council |
Abbey House, Abbey Close |
Abingdon |
OX14 3JE |
UK |
Procurement Team
Peter Beer |
|
peter.beer@southandvale.gov.uk |
|
www.southandvale.gov.uk
www.businessportal.southeastiep.gov.uk
www.businessportal.southeastiep.gov.uk
www.businessportal.southeastiep.gov.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Na
|
Adran II: Amcan y Contract
|
II.1)
|
Disgrifiad
|
II.1.1)
|
Teitl a roddwyd i'r contract gan yr awdurdod contractio
Framework Agreement for the Provision of Estates Services and Strategic Property Advisors. |
II.1.2(a))
|
Math o gontract gwaith
|
II.1.2(b))
|
Math o gontract cyflenwadau
|
II.1.2(c))
|
Math o gontract gwasanaeth
11 |
II.1.2)
|
Prif safle neu leoliad y gwaith, man cyflawni neu berfformio
UKJ14 |
II.1.3)
|
Mae'r hysbysiad hwn yn ymwneud â
|
|
|
|
|
|
|
II.1.4)
|
Gwybodaeth am gytundeb fframwaith
(os yw'n berthnasol)
|
|
|
|
|
|
Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith
6 |
|
Hyd y cytundeb fframwaith
48 |
|
Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na phedair blynedd
|
|
Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith
|
|
Amlder a gwerth y contractau a gaiff eu dyfarnu
|
II.1.5)
|
Disgrifiad byr o'r contract neu'r pryniant/pryniannau
South Oxfordshire District Council and Vale of White Horse District Council (the “Councils”) are seeking to award a 4 year Framework Agreement for the provision of Estates Services and Strategic Property Advisors.
A wide range of estate management services are required within the districts of South Oxfordshire and Vale of White Horse. The Councils therefore have a wide range of requirements which have been detailed within the following Lots:
Lot 1 – Estates Services;
Lot 2 – Strategic Property Advisors.
All requests for quotes and tendering opportunities have been advertised on the South East Business Portal which is used by many Local Authorities in the Southeast.
Below is a link to the portal (supplier registration is on the left) if you are not already registered.
https://www.businessportal.southeastiep.gov.uk/sece/cms.nsf/vLiveDocs/SD-DEVV-6UNGEK?OpenDocument&contentid=1.001
If you require help with registering please contact them direct. - portal help desk portalservices@southeastiep.gov.uk or telephone +44 1883732712
|
II.1.6)
|
Geirfa Gaffael Gyffredin (CPV)
|
|
|
|
70300000 |
|
|
|
|
|
II.1.7)
|
Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)
|
II.1.8)
|
Rhannu'n lotiau
Ie
|
|
|
|
|
|
|
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 cyflenwadau neu wasanaethau adnewyddadwy, amserlen amcangyfrifedig ar gyfer contractau dilynol
|
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
None Required.
|
III.1.2)
|
Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol
Details are within the ITT.
|
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
Details are within the ITT.
|
III.1.4)
|
Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt
Suppliers bidding for the work must be a member of the Royal insitute of chartered surveyors.
|
III.2)
|
Amodau ar gyfer Cymryd Rhan
|
III.2.1)
|
Sefyllfa bersonol gweithredwyr economaidd, gan gynnwys gofynion sy'n ymwneud â chofrestru ar gofrestrau proffesiynol neu fasnach
|
III.2.2)
|
Capasiti economaidd ac ariannol
Information and formalities necessary for evaluating if requirements are met: Any supplier may be disqualifiedwho: Is bankrupt or is being wound up, where his affairs are being administered by the court, where he hasentered into an arrangement with creditors, where he has suspended business activities or is in any analogoussituation arising from a similar procedure under national laws and regulations. Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of anarrangement with creditors or of any other similar proceedings under national laws and regulations. Has beenconvicted by a judgement which has the force of res judicata in accordance with the legal provisions of thecountry of any offence concerning his professional conduct. Has been guilty of grave professional misconductproven by any means which the contracting authorities can demonstrate. Has not fulfilled obligations relating tothe payment of social security contributions in accordance with the legal provisions of the country in which heis established or with those of the country of the contracting authority. Has not fulfilled obligations relating to thepayment of taxes in accordance with the legal provisions of the country in which he is established or with thoseof the country of the contracting authority. Is guilty of serious misrepresentation in supplying the informationrequired under this section or has not supplied such information. Has been the subject of a conviction forparticipation in a criminal organisation, as defined in Article 2 (1) of Council Joint Action 98/733/JHA. Has beenthe subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article3 (1) of Council Joint Action 98/742/JHA3 respectively. Has been the subject of a conviction for fraud withinthe meaning of Article 1 of the Convention relating to the protection of the financial interests of the EuropeanCommunities. Has been the subject of a conviction for money laundering as defined in Article 1 of CouncilDirectives 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of moneylaundering.
Minimum level(s) of standards possibly required Evidence of the holding of Public Liability Insurance coverand Employers Liability Insurance cover. The presentation of balance sheets or extracts from balance sheets,where publication of the balance sheet is required under the law of the country in which the economic operatoris established. A statement of the undertakings overall turnover and where appropriate of turnover in the areacovered by the contract for a maximum of the last three (3) financial years available, depending on the date onwhich the undertaking was set up or the economic operator started trading as far as the information on theseturnovers is available. Minimum level(s) of standards possibly required: Public Liability Insurance of 5 000000,00 GBP and Employers Liability Insurance of 10 000 000,00 GBP. Professional Indemnity Insurance of 1000 000 00 GBP.
Evidence of the holding of Public Liability Insurance cover and Employers Liability Insurance cover. The presentation of balance sheets or extracts from balance sheets, where publication of the balance sheet is required under the law of the country in which the economic operator is established. A statement of the undertakings overall turnover and where appropriate of turnover in the area covered by the contract for a maximum of the last three (3) financial years available, depending on the date on which the undertaking was set up or the economic operator started trading as far as the information on the set turnovers is available. Minimum level(s) of standards possibly required: Public Liability Insurance of 5 000000,00 GBP and Employers Liability Insurance of 10 000 000,00 GBP. Professional Indemnity Insurance of 1000 000 00 GBP.
|
III.2.3)
|
Capasiti technegol
Details are within the ITT.
|
III.2.4)
|
Contractau sydd wedi'u cadw
|
|
|
|
|
III.3)
|
Amodau sy'n Benodol i Gontractau Gwasanaeth
|
III.3.1)
|
A gaiff y gwaith o ddarparu'r gwasanaeth ei gadw ar gyfer proffesiwn penodol?
Ie
Member of the Royal Institute of Chartered Surveyors (RCIS). |
III.3.2)
|
A fydd yn ofynnol i endidau cyfreithiol nodi enwau a chymwysterau proffesiynol y personél a fydd yn gyfrifol am ddarparu'r gwasanaeth?
Na
|
Adran IV: Gweithdrefn
|
IV.1)
|
Math o Weithdrefn
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Cyfiawnhad dros ddewis gweithdrefn gyflym
|
IV.1.1)
|
A yw ymgeiswyr wedi'u dewis eisoes?
Na
|
IV.1.2)
|
Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan
|
|
Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr
|
IV.1.3)
|
Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog
|
|
|
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 awdurdod contractio
|
IV.3.2)
|
Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract
|
|
|
|
Cyhoeddiadau blaenorol eraill
|
IV.3.3)
|
Amodau ar gyfer cael manylebau a dogfennau ychwanegol
09
- 12
- 2013
12:00
|
IV.3.4)
|
Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan
09
- 12
- 2013
12:00 |
IV.3.5)
|
Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd
|
IV.3.6)
|
Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan
|
IV.3.7)
|
Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw'r tendr
3
|
IV.3.8)
|
Amodau ar gyfer agor tendrau
|
|
|
|
|
Adran VI: Gwybodaeth Arall
|
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
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: yes
Price:
Terms and method of payment
|
VI.4)
|
Gweithdrefnau ar gyfer apelio
|
VI.4.1)
|
Corff sy'n gyfrifol am y gweithdrefnau apelio
South Oxfordshire District Council and Vale of White Horse District Concil |
Abbey House, Abbey Close |
Abingdon |
OX14 3JE |
UK |
peter.beer@southandvale.gov.uk |
|
|
|
|
|
Corff sy'n gyfrifol am y gweithdrefnau cyfryngu
South Oxfordshire District Council and Vale of White Horse District Concil |
Abbey House, Abbey Close |
Abingdon |
OX14 3JE |
UK |
peter.beer@southandvale.gov.uk |
|
|
|
|
VI.4.2)
|
Cyflwyno apeliadau
South Oxfordshire District Council and Vale of White Horse Councils 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 Public Contracts Regulations 2006 (SI 2006 No 5) 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
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dyddiad yr anfonwyd yr Hysbysiad hwn
24
- 10
- 2013 |
|
ATODIAD B
Gwybodaeth Am Lotiau
|
1
Estates Services |
1)
|
Disgrifiad Byr
Lot 1 (Estates Services), which are subject to Direct Award, the Councils or relevant OCB will award a Call-Off Contract to the appropriate Provider by application of the Direct Award mechanism set out in the detail in the Direct Award Process. The Order will be awarded to the Provider detailed on the Framework Agreement who offers the Most Economically Advantageous Tender within the pricing schedule for the particular and discrete sub-set of work required.
|
2)
|
Geirfa Gaffael Gyffredin (CPV)
|
|
|
|
70300000 |
|
|
|
|
|
3)
|
Maint neu gwmpas
|
4)
|
Syniad o ddyddiadau gwahanol y contract
48 |
5)
|
Gwybodaeth Ychwanegol am lotiau
Details of Lot within the ITT.
|
ATODIAD B
Gwybodaeth Am Lotiau
|
2
Strategic Property Advisors |
1)
|
Disgrifiad Byr
Lot 2 (Strategic Property Advisors) the Order will be awarded by conducting a Mini-Competition between the listed Providers on the Framework. Specifications for each proposed Order will be supplied and responses to the specification will be evaluated as per the evaluation laid down by the Councils for the award of the Framework Agreement.
|
2)
|
Geirfa Gaffael Gyffredin (CPV)
|
|
|
|
71315210 |
|
|
|
|
|
3)
|
Maint neu gwmpas
|
4)
|
Syniad o ddyddiadau gwahanol y contract
48 |
5)
|
Gwybodaeth Ychwanegol am lotiau
Details of Lot within the ITT.
|
|