Hysbysiad dyfarnu contract – cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Northern Ireland Electricity Networks
120 Malone Road,
Belfast,
BT9 5HT
UK
E-bost: Ruadhrai.OKane@nienetworks.co.uk
NUTS: UKN
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.nienetworks.co.uk
Cyfeiriad proffil y prynwr: https://e-sourcingni.bravosolution.co.uk
I.6) Prif weithgaredd
Trydan
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
S1155 (2020) Facilities Management Services
Cyfeirnod: S1155 (2020)
II.1.2) Prif god CPV
79993000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The contracting entity intends to establish a framework arrangement under which it shall appoint economic operators to enter into separate framework agreements for the provision of facilities management services, across a number of separate lots, as follows:
Lot 1: Facilities Management Maintenance Services,
Lot 2: Facilities Management Capital Expenditure Projects,
Lot 3: Legionella and Water Treatment Services, and
Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and Radio Telecommunications Sites).
Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.
The contracting entity estimates that the total spend under the framework agreements is anticipated to be GBP 2 700 000.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 2 700 000.00 GBP
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot 1: Facilities Management Maintenance Services
II.2.2) Cod(au) CPV ychwanegol
45210000
45421000
50700000
50710000
50711000
50712000
71314100
71333000
71334000
79993000
79993100
II.2.3) Man cyflawni
Cod NUTS:
UKN
Prif safle neu fan cyflawni:
Northern Ireland
II.2.4) Disgrifiad o’r caffaeliad
This lot will include:
Planned and reactive facilities management maintenance works and services in respect of all NIE Networks’ office locations across Northern Ireland encompassing the following key activities:
1) minor building repairs and associated general maintenance works and services;
2) maintenance of roller shutter doors;
3) general joinery works;
4) general mechanical services and maintenance;
5) general electrical services and maintenance.
It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the Tender Documents).
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.
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
Rhif y Lot 2
II.2.1) Teitl
Lot 2: Facilities Management Capital Expenditure Projects
II.2.2) Cod(au) CPV ychwanegol
45210000
45421000
45453100
50700000
50710000
50711000
50712000
71314100
71333000
71334000
79993000
79993100
II.2.3) Man cyflawni
Cod NUTS:
UKN
Prif safle neu fan cyflawni:
Northern Ireland
II.2.4) Disgrifiad o’r caffaeliad
This lot will include:
Planned facilities management works and services in respect of capital expenditure projects at NIE Networks’ office locations across Northern Ireland encompassing the following key activities:
1) participation in mini-competitions in accordance with NIE Networks’ facilities management capital project requirements;
2) management and delivery of projects inclusive of all electrical, mechanical, joinery and small scale general building works and associated services, in respect of:
(a) office refurbishments inclusive of complete office relocations;
(b) refurbishment of existing and/or installation of new kitchen facilities;
(c) refurbishment of existing and/or installation of new toilets facilities;
(d) installing of new furniture and/or removal of existing furniture.
It is intended that the contracting entity will enter into framework agreements with three economic operators for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a mini-competition basis, as set out in the call-off procedure (in Appendix C of the tender documents).
It is intended that the first, second and third ranked economic operators in respect of the competition for lot 1 will each be awarded framework agreements for lot 2.
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.
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
Rhif y Lot 3
II.2.1) Teitl
Lot 3: Legionella and Water Treatment Services
II.2.2) Cod(au) CPV ychwanegol
39370000
45232430
71000000
79993000
79993100
II.2.3) Man cyflawni
Cod NUTS:
UKN
Prif safle neu fan cyflawni:
Northern Ireland
II.2.4) Disgrifiad o’r caffaeliad
This lot will include:
Planned preventative maintenance in respect of legionella and water treatment services encompassing the following key activities:
1) hot water systems inclusive of:
(a) monthly temperature checks,
(b) temperature adjustments as required to be carried out at the time of testing,
(c) annual water samples from calorifiers,
(d) annual visual inspection of calorifiers;
2) cold water systems inclusive of:
(a) monthly temperature checks at sentinel taps,
(b) six monthly temperature checks on tanks,
(c) annual inspection of tanks;
3) shower heads inclusive of:
(a) dismantle, clean and disinfect shower heads quarterly;
4) provision of risk assessments inclusive of:
(a) annual update of risk assessment per site,
(b) initial risk assessment of new sites;
5) provision of a web-based management system to facilitate water treatment system management and the control of legionella with appropriate access provided to NIE networks of maintenance and testing records.
It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.
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
Rhif y Lot 4
II.2.1) Teitl
Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and RT Sites)
II.2.2) Cod(au) CPV ychwanegol
45210000
45421000
50700000
50710000
50711000
50712000
71314100
71333000
71334000
79993000
79993100
II.2.3) Man cyflawni
Cod NUTS:
UKN
II.2.4) Disgrifiad o’r caffaeliad
This lot will include:
Minor building repairs and general maintenance works and services in respect of NIE networks’ electricity substations and radio telecommunication (RT) sites across Northern Ireland encompassing the following key activities:
1) minor building repairs and associated general works and services,
2) general joinery works,
3) general mechanical services and maintenance,
4) General electrical services and maintenance.
It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.
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.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
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:
2020/S 141-348291
Section V: Dyfarnu contract
Rhif y Lot: 1
Rhif Contract: S1155 (2020) Facilities Management Services
Teitl: Lot 1: Facilities Management Maintenance Services
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
20/04/2021
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
GR White & Son Ltd
43 Main Street
Tempo
BT94 3LU
UK
NUTS: UKN
BBaCh yw’r contractwr:
Ydy
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 2
Rhif Contract: S1155 (2020) Facilities Management Services
Teitl: Lot 2: Facilities Management Capital Expenditure Projects
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
15/06/2021
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
GR White & Son Ltd
43 Main Street
Tempo
BT94 3LU
UK
NUTS: UKN
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
H&J Martin Ltd
Rosemount House, 21-23 Sydenham Road
Belfast
BT3 9HA
UK
NUTS: UKN
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
IMAC Construction Services Limited
7 Main Street, Dungiven
Londonderry
BT47 4LD
UK
NUTS: UKN
BBaCh yw’r contractwr:
Ydy
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 3
Rhif Contract: S1155 (2020) Facilities Management Services
Teitl: Lot 3: Legionella and Water Treatment Services
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
22/04/2021
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Healthy Buildings (Ireland) Limited
19 Millvale Road, Bessbrook
Newry
BT35 7NH
UK
NUTS: UKN
BBaCh yw’r contractwr:
Ydy
V.2.5) Gwybodaeth am is-gontractio
Section V: Dyfarnu contract
Rhif y Lot: 4
Rhif Contract: S1155 (2020) Facilities Management Services
Teitl: Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and RT Sites)
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
20/04/2021
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
GR White & Son Ltd
43 Main Street
Tempo
BT94 3LU
UK
NUTS: UKN
BBaCh yw’r contractwr:
Ydy
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Northern Ireland Electricity Networks Ltd
120 Malone Road
Belfast
BT9 5HT
UK
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
09/07/2021