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.

Dyfarnu Contract

Contract for the Provision of Backfill and Reinstatement Services

  • Cyhoeddwyd gyntaf: 11 Medi 2020
  • Wedi'i addasu ddiwethaf: 11 Medi 2020

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:
Northern Gas Networks
ID Awudurdod:
AA78235
Dyddiad cyhoeddi:
11 Medi 2020
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The award will be based upon price and quality ratio. It is the intent that the award will deliver to NGN the total best value.

The evaluation criteria is 50 % commercial, 35 % non-commercial and 15 % environmental. The individual scores for each section is indicated against the questions in the evaluation criteria document.

The assessment of price will be carried out independently of the quality/environmental assessment and scored against the methodology stated in the evaluation criteria document.

Assessment 1 — Tender submission – 100 % weighting

Commercial – 50 %

Non-commercial – 35 %

Environmental – 15 %

Total – 100 %

Following on from the evaluation of the tenders submitted (as described above) only the top 3 highest scoring bidders overall from each lot will be shortlisted and invited to assessment 2 — supplier presentation.

All bidders will be notified if they are shortlisted through to assessment 2. The reasons for the decision, including the characteristics and relative advantages of the successful tender will be detailed within the notice of decision to award a contract in line with regulation 101 of the UCR 2016.

Assessment 2 — supplier presentation – 100 % weighting

The top three shortlisted bidders overall from each lot only are required to present to the NGN evaluation panel.

The supplier presentation will be scored against the criteria and weighting stated in the supplier presentation scoring criteria document.

Assessment 3 —  final assessment (Assessment 1 and 2 combined) – total score out of 200 %

Assessment 1 – Score out of 100 %

Assessment 2 – Score out of 100 %

Total – 200 %

Please note for assessment 3 the weightings/criteria and scores (except in respect of price) will be carried forward from assessment 1 and will remain unchanged.

NGN will identify the most economically advantageous tender submission for each lot by combining the overall total score from assessment 1 and 2.

All bidders should note the following:

Lot 3 relates to the same services as those included within Lots 1 and 2.

NGN will therefore either:

(a) award contracts to the winner of Lot 1 and the winner of Lot 2, or

(b) award a single contract to the winner of Lot 3.

Based on which option is most economically advantageous for NGN across the whole area of its network.

For example, if NGN awards a contract to the highest scoring bidder in Lot 3, then NGN will not award contracts to the highest scoring bidders of Lot 1 and Lot 2. Conversely, if NGN awards a contract to the highest scoring bidders of Lot 1 and Lot 2 then NGN will not award a contract to the highest scoring bidder of Lot 3.

Bidders may submit bids for a single lot, any two lots or all three lots.

Bidders should therefore note that due to the process described above, the highest scoring bidder of at least one lot will not be awarded a contract on the conclusion of this process.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract – cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Northern Gas Networks

Thorpe Park Business Park, Colton

Leeds

LS15 8TU

UK

Person cyswllt: Ashley Haddock

E-bost: ahaddock@northerngas.co.uk

NUTS: UKC

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.northerngas.co.uk

I.6) Prif weithgaredd

Cynhyrchu, cludo a dosbarthu nwy a gwres

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Contract for the Provision of Backfill and Reinstatement Services

II.1.2) Prif god CPV

50230000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Northern Gas Networks (NGN) require one/two supplier(s) to undertake full reinstatement activities associated with NGNs customer and operations emergency locate and repair programme, connection activities throughout the RIIO GD1 and GD2 price control period.

NGNs direct labour emergency, locate and repair teams currently undertake circa 10 000 jobs per annum alongside connections works resulting in circa 3 500 jobs per annum across the whole NGN operational region.

From time to time there may be occasion’s where NGN will require the supplier to undertake backfill and reinstatement works on their direct service provider (DSP) operations. The awarding bidder(s) will be required to price separately for this on a need by need basis at NGNs discretion.

Full reinstatement and sundry services

Backfill and permanent reinstatement of open excavations carried out are in support of NGN’s emergency and repair and connection teams for both public and private property. Currently N

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: 23 581 173.00 GBP

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKC

II.2.4) Disgrifiad o’r caffaeliad

The award will be based upon price and quality ratio. It is the intent that the award will deliver to NGN the total best value.

The evaluation criteria is 50 % commercial, 35 % non-commercial and 15 % environmental. The individual scores for each section is indicated against the questions in the evaluation criteria document.

The assessment of price will be carried out independently of the quality/environmental assessment and scored against the methodology stated in the evaluation criteria document.

Assessment 1 — Tender submission – 100 % weighting

Commercial – 50 %

Non-commercial – 35 %

Environmental – 15 %

Total – 100 %

Following on from the evaluation of the tenders submitted (as described above) only the top 3 highest scoring bidders overall from each lot will be shortlisted and invited to assessment 2 — supplier presentation.

All bidders will be notified if they are shortlisted through to assessment 2. The reasons for the decision, including the characteristics and relative advantages of the successful tender will be detailed within the notice of decision to award a contract in line with regulation 101 of the UCR 2016.

Assessment 2 — supplier presentation – 100 % weighting

The top three shortlisted bidders overall from each lot only are required to present to the NGN evaluation panel.

The supplier presentation will be scored against the criteria and weighting stated in the supplier presentation scoring criteria document.

Assessment 3 —  final assessment (Assessment 1 and 2 combined) – total score out of 200 %

Assessment 1 – Score out of 100 %

Assessment 2 – Score out of 100 %

Total – 200 %

Please note for assessment 3 the weightings/criteria and scores (except in respect of price) will be carried forward from assessment 1 and will remain unchanged.

NGN will identify the most economically advantageous tender submission for each lot by combining the overall total score from assessment 1 and 2.

All bidders should note the following:

Lot 3 relates to the same services as those included within Lots 1 and 2.

NGN will therefore either:

(a) award contracts to the winner of Lot 1 and the winner of Lot 2, or

(b) award a single contract to the winner of Lot 3.

Based on which option is most economically advantageous for NGN across the whole area of its network.

For example, if NGN awards a contract to the highest scoring bidder in Lot 3, then NGN will not award contracts to the highest scoring bidders of Lot 1 and Lot 2. Conversely, if NGN awards a contract to the highest scoring bidders of Lot 1 and Lot 2 then NGN will not award a contract to the highest scoring bidder of Lot 3.

Bidders may submit bids for a single lot, any two lots or all three lots.

Bidders should therefore note that due to the process described above, the highest scoring bidder of at least one lot will not be awarded a contract on the conclusion of this process.

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 IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2019/S 212-521277

IV.2.9) Gwybodaeth am ddod â chais am gystadleuaeth i ben ar ffurf hysbysiad gwybodaeth ymlaen llaw

Ni fydd yr awdurdod contractio yn dyfarnu contractau pellach yn seiliedig ar yr hysbysiad gwybodaeth ymlaen llaw uchod

Section V: Dyfarnu contract

Teitl: Contract for the Provision of Backfill and Reinstatement Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

25/08/2020

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 7

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Utility Support Services Ltd

07661510

Durham

UK

NUTS: UKC14

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 23 581 173.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Northern Gas Networks

Leeds

UK

E-bost: ahaddock@northerngas.co.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

07/09/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50230000 Gwasanaethau atgyweirio, cynnal a chadw a gwasanaethau cysylltiedig mewn perthynas â ffyrdd a chyfarpar arall Gwasanaethau atgyweirio, cynnal a chadw a gwasanaethau cysylltiedig mewn perthynas ag awyrennau, rheilffyrdd, ffyrdd a chyfarpar morol

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:
ahaddock@northerngas.co.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.