Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Transport for Wales Rail Limited (Utility Buyer)
3 Llys Cadwyn, Pontypridd
Rhondda Cynon Taf
CF37 4TH
UK
Ffôn: +44 2920720500
E-bost: nathan.jones@tfwrail.wales
NUTS: UKL
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.tfwrail.wales
Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80566
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://www.sell2wales.gov.wales
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.sell2wales.gov.wales
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
TfWRL Facilities Management
Cyfeirnod: TEN047
II.1.2) Prif god CPV
79993000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
TfW operate a diverse estate of 248 stations and ancillary properties across Wales and the border regions. These stations are the gateway to our network and invariably the heartbeat of the local communities which they serve. The next iteration of our Facilities Management (FM) arrangements will commence in early 2023 and need to reflect the importance of these facilities as well as current and future customer aspirations.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
79993000
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
Hard FM Procurement will be sourced in accordance with an Open Procedure of the Utilities Contracts Regulations 2015
The proposed contract covers the provision of preventative (PPM) maintenance and reactive maintenance along with ancillary services for sites across the Wales and borders network. The station estate (248 locations) and ancillary buildings are outlined in Appendix 1 to this document and have been divided into 3 lots due to their geographical locations. You may choose to tender for all lots or select certain lots:
Lot 1 – North
Lot 2 – South
Lot 3 – Core Valley Lines (CVL)
Lot 4 – All stations (ie Lot 1 + Lot 2 + Lot 3)
The following scope will apply to this tender:
The Supplier must provide a Computer Aided Facilities Management (CAFM) system to request and have recorded works and/or faults relating to the property and its assets 365 days per year, 7 days per week and 24 hours a day.
The Supplier must have the capability to manage and implement remedies to address asset faults and breakdowns requiring multiple trades. The Supplier will be accountable for the quality of service from its own supply chain and subcontractors
The Supplier must be fully conversant with all relevant current and pending legislation. As our expert partner, the Service provider must advise of the requirements to achieve compliance, its risks from areas of non-compliance and relevant mitigation techniques.
Please refer to Volume 5 – Scope of Work and all relevant attachments, included in the tender documentation, for the full scope of work.
Please Note: The scope of service will fluctuate over time, both up and down, to potentially include new work packages, new locations such as stations, depots or ancillary buildings, and additional subsidiaries of Transport for Wales.
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.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
3 year contract with an option to extend for a further 2 years
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The scope of service will fluctuate over time, both up and down, to potentially include new work packages, new locations such as stations, depots or ancillary buildings, and additional subsidiaries of Transport for Wales.
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
Access to supplementary detail required to prepare a bid are stored on a SharePoint site which is password protected - to obtain access, an NDA will need to be signed. Please follow the instructions outlined in Volume 5 - Scope
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
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.2) Amodau sy’n gysylltiedig â’r contract
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:
2022/S 022-120731
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
24/10/2022
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: 90 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
04/11/2022
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
5 years from contract start date
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=124964.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
All requirements are outlined in the tender documents
(WA Ref:124964)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Ffôn: +44 2079477501
VI.5) Dyddiad anfon yr hysbysiad hwn
23/09/2022