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

DIOCB1/195 Construction of Akrotiri Dormitory at RAF Akrotiri, Cyprus

  • Cyhoeddwyd gyntaf: 13 Hydref 2021
  • Wedi'i addasu ddiwethaf: 13 Hydref 2021

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:
Unknown
ID Awudurdod:
AA47308
Dyddiad cyhoeddi:
13 Hydref 2021
Dyddiad Cau:
-
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT AR GYFER CONTRACTAU YM MEYSYDD AMDDIFFYN A DIOGELWCH

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Ministry of Defence

DIO Commercial, Ministry of Defence, Defence Infrastructure Organisation (DIO), Kentigern House, Room 1202-1221, 65 Brown Street

Glasgow

G2 8EX

UK

DIO Commercial Overseas Projects

DIO Commercial Overseas Projects


DIOComrcl-overseasprojects@mod.gov.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)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

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

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

DIOCB1/195 Construction of Akrotiri Dormitory at RAF Akrotiri, Cyprus

II.1.2)

Math o gontract gwaith

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

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio

Cyprus RAF Akrotiri


II.1.3)

Gwybodaeth am gytundeb fframwaith

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

Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na saith mlynedd

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

17000000.0018000000.00EUR

Amlder a gwerth y contractau a gaiff eu dyfarnu

II.1.5)

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

Construction of new seismically compliant three storey, T-shaped 126 bed dormitory, to include a post office and shop at RAF Akrotiri, WSBA, Cyprus

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

45211340
45210000

II.1.7)

Gwybodaeth am is-gontractio

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

One three storey building to include 126 bed spaces, post office and shop on one site.
  17000000.0018000000.00
EUR

II.2.2)

Gwybodaeth am opsiynau

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

II.2.3)

Gwybodaeth am adnewyddiadau



II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

  17 - 5 - 2022   1 - 5 - 2024

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 will be required if deemed applicable.

III.1.2)

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

Parent Company Guarantees will be required if deemed applicable.

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

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract. The information sought within the PQQ must be provided for each of the consortium's constituent members, gathered together in a single response.

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

All members of the Works Contractor Team will require an access pass from Station Security. The application methodology includes (completion of security questionnaire; copy of ID/Passport; A criminal Records check (less than 3 months old) and 2 No Utility Bills, as proof of address (less than 3 months old).

III.1.5)

Gwybodaeth am gliriad diogelwch


III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol



The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of these criteria are at http://www.dcocontracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.




The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of these criteria are at http://www.dcocontracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2)

Capasiti economaidd ac ariannol



Economic and Financial standing will be assessed by the use of a Pre-Qualification Questionnaire (PQQ).

Economic and Financial standing will be assessed at PQQ. Further information can be found in the PQQ and supporting guidance documentation.


Economic and Financial standing will be assessed at PQQ.

Economic and Financial standing will be assessed at PQQ.

III.2.3)

Capasiti technegol a/neu broffesiynol



This information will be sought through the formal PQQ and an ITT.

This information will be sought through the formal PQQ and an ITT.


This information will be sought through the formal PQQ and an ITT.

This information will be sought through the formal PQQ and an ITT.

III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn

IV.1.1)

Math o Weithdrefn


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

Cyfiawnhad dros ddewis gweithdrefn gyflym

IV.1.2)

Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan

36

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

Envisaged minimum number 3 and maximum number 6 will be taken through to ITT.

The assessment criteria is set out within PQQ PAS 91 which respondents will be asked to complete subsequently in order to potentially down select to the maximum number of companies required to be invited to tender with the Authority.

The questions within the PQQ will be evaluated as either Pass/Fail, Yes/No or a Scored Evaluation:

(a) PASS/FAIL Evaluation. A number of PASS/FAIL questions each of which must be passed by the Potential Provider in order to progress (except where the Authority has discretion not to fail the Potential Provider). Where evidence has been requested to support a PASS/FAIL question this should be of an acceptable standard.

(b) YES/NO Evaluation. A number of YES/NO questions each of which requires information to be provided by the Potential Provider in order to progress. Where evidence has been requested to support a YES/NO question this should be of an acceptable standard.

(c) Scored Evaluation. An assessment through a Scoring methodology, by Subject Matter Experts (SMEs), of the responses and supporting evidence provided by a Potential Provider to each question with a range of criteria. The Authority may require Potential Providers to demonstrate a minimum capability in certain areas.

The evaluation criteria for each question is detailed within the supporting documents of the PQQ. Potential Providers are to note that where a PASS/FAIL question allows the Authority the discretion to PASS/FAIL, then the Authority will exercise its discretion in determining the exclusion or not of a Potential Provider.

Please Note that a some scored questions require the potential provider meet a minimum score. Failure to obtain a score in any question will result in the potential providers failure to meet the minimum requirements of the PQQ and therefore their submission will be deemed to have failed. For details of the minimum scores please see supporting document.

IV.1.3)

Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog

Blwch heb ei dicio

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

DIOCB1/195

IV.3.2)

Cyhoeddiad(au) 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 manylebau a dogfennau ychwanegol



 


IV.3.4)

Terfyn amser ar gyfer ceisiadau i gymryd rhan

  10 - 11 - 2021   10:00

IV.3.5)

Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd

  25 - 1 - 2022

IV.3.6)

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

Blwch wedi'i dicio     

Adran VI: Gwybodaeth Gyflenwol

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

A) The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

B) The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

C) The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low, Reference RAR-872988403. At Invitation to Tender (ITT) stage any down selected suppliers will be required to complete the cyber risk assessment and obtain the correct cyber security, where cyber essentials is required. This is the link to the ‘Cyber Supplier Assurance’ compliance questionnaire online tool.

D) It is envisaged that an online industry day will be held for the down selected Potential Providers (PP'S) after the Pre-Qualification Questionnaire (PQQ) process.

E) The Buyer is supported by external service providers. These companies are regarded as integral data and tenderer information. The buyer reserves the right to engage from time to time with other external advisers as it considers necessary. The advisers currently appointed are: Ramboll (UK) Ltd.

F) A site visit will not be applicable at PQQ stage. The Authority will invite the down selected potential providers to a site visit after the ITT has been issued. The Authority will be monitoring the Covid-19 restrictions and will keep the down selected PP's up to date with any changes.

G) All down selected PP's must be willing to sign the Official Secrets Act, a copy is attached to supporting information.

H) For the PPQ some questions require an uploaded document but may not require a response. Please use the support document no response for any PPQ response that requires no response.

https://www.gov.uk/government/publications/government-security-classifications

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am weithdrefnau apelio


DIO Commercial Overseas Projects

DIO Commercial Overseas Projects MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street,

Glasgow

G2 8EX

UK

DIOComrcl-overseasprojects@mod.gov.uk



Corff sy'n gyfrifol am weithdrefnau cyfryngu


DIO Commercial Overseas Projects

DIO Commercial Overseas Projects MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street,

Glasgow

G2 8EX

UK

DIOComrcl-overseasprojects@mod.gov.uk



VI.4.2)

Cyflwyno apeliadau

10 calendar Days after successful or unsuccessful letters issued to PQQ evaluation.

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho


DIO Commercial Overseas Projects

DIO Commercial Overseas Projects MOD, DIO Commercial, Kentigern House, Room 1202-122, 65 Brown Street,

Glasgow

G2 8EX

UK

DIOComrcl-overseasprojects@mod.gov.uk



VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  12 - 10 - 2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45210000 Gwaith adeiladu adeiladau Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45211340 Gwaith adeiladu adeiladau aml-annedd Gwaith adeiladu ar gyfer adeiladau aml-annedd a thai unigol

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.