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

Cirrus Consortium Waste Management Framework 2023

  • Cyhoeddwyd gyntaf: 02 Tachwedd 2022
  • Wedi'i addasu ddiwethaf: 02 Tachwedd 2022

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:
ocds-h6vhtk-037e3a
Cyhoeddwyd gan:
Cirrus Consortium C/O Plus Dane Housing
ID Awudurdod:
AA83275
Dyddiad cyhoeddi:
02 Tachwedd 2022
Dyddiad Cau:
02 Rhagfyr 2022
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Cirrus Consortium C/O Plus Dane Housing

Atlantic Pavilion, Salthouse Quay, Royal Albert Dock,

Liverpool

L3 4AE

UK

Person cyswllt: Claire Paton

E-bost: tenders@cirruspurchasing.co.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.plusdane.co.uk/

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.in-tendhost.co.uk/cirruspurchasing/aspx/Home


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.in-tendhost.co.uk/cirruspurchasing/aspx/Home


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Arall: Central Purchasing Body

I.5) Prif weithgaredd

Arall: Central Purchasing Body

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Cirrus Consortium Waste Management Framework 2023

Cyfeirnod: Cirrus Consortium 0006

II.1.2) Prif god CPV

90500000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Consortium is seeking bids from providers of waste management services and recycling services across 11 geographical lots. Bidders must be able to provide, as a minimum, a waste drop off service for general inert waste within each geographical area they are bidding on. Bidders can bid on one or more lots. Services available under the framework include but are not limited to; waste drop off and recycling services, skip hire services, total waste management services, provision of waste receptacles and office waste collections. Waste streams covered by the framework include (but are not limited to); mixed general waste, dry mixed recycling, green waste, hazardous waste and clinical waste. Full details can be found within the tender documentation. The outcome of the tender process will be a four-year Framework Agreement expected to commence during January 2023. It is envisaged that the framework will be awarded to approx. 15 suppliers per lot.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1: North East (UKC)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613700

79723000

44613800

II.2.3) Man cyflawni

Cod NUTS:

UKC


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 1 covers North East (UKC).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Rhif y Lot 2

II.2.1) Teitl

Lot 2: North West (UKD)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613800

44613700

79723000

II.2.3) Man cyflawni

Cod NUTS:

UKD


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 2 covers North West (UKD).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Rhif y Lot 3

II.2.1) Teitl

Lot 3: Yorkshire & the Humber (UKE)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613800

44613700

79723000

II.2.3) Man cyflawni

Cod NUTS:

UKE


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 3 covers Yorkshire and the Humber (UKE).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Rhif y Lot 4

II.2.1) Teitl

Lot 4: East Midlands (UKF)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613800

44613700

79723000

II.2.3) Man cyflawni

Cod NUTS:

UKF


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 4 covers East Midlands (UKF).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Rhif y Lot 5

II.2.1) Teitl

Lot 5: West Midlands (UKG)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613800

44613700

79723000

II.2.3) Man cyflawni

Cod NUTS:

UKG


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 5 covers West Midlands (UKG).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Rhif y Lot 6

II.2.1) Teitl

Lot 6: East of England (UKH)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613700

79723000

44613800

II.2.3) Man cyflawni

Cod NUTS:

UKH


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 6 covers East of England (UKH).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Rhif y Lot 7

II.2.1) Teitl

Lot 7: London (UKI)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613700

79723000

44613800

II.2.3) Man cyflawni

Cod NUTS:

UKI


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 7 covers London (UKI).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Rhif y Lot 8

II.2.1) Teitl

Lot 8: South East (UKJ)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613700

79723000

44613800

II.2.3) Man cyflawni

Cod NUTS:

UKJ


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 8 covers South East (UKJ).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Rhif y Lot 9

II.2.1) Teitl

Lot 9: South West (UKK)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613700

79723000

44613800

II.2.3) Man cyflawni

Cod NUTS:

UKK


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 9 covers South West (UKK).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Rhif y Lot 10

II.2.1) Teitl

Lot 10: Wales (UKL)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613700

79723000

44613800

II.2.3) Man cyflawni

Cod NUTS:

UKL


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 10 covers Wales (UKL).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Rhif y Lot 11

II.2.1) Teitl

Lot 11: Scotland (UKM)

II.2.2) Cod(au) CPV ychwanegol

90500000

44613800

44613700

79723000

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. Lot 11 covers Scotland (UKM).

II.2.4) Disgrifiad o’r caffaeliad

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their waste management requirements. Bidders must be able to provide waste drop off and recycling services for general inert waste as a minimum for each lot they are bidding on.

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.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The framework will be re-tendered to ensure sufficient coverage for the Consortium members.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

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

II.2.14) Gwybodaeth ychwanegol

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Any supplier may be disqualified who has been convicted of:(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1of the Prevention of Corruption Act 1906(e);(c) the common law offence of bribery;(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);(e) where the offence relates to fraud affecting the European Communities` financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):(i) the common law offence of cheating the Revenue;(ii) the common law offence of conspiracy to defraud;(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;(f) any offence listed,(i) in section 41 of the Counter Terrorism Act 2008(a); or(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order1996(e);(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);(k) an offence under section 59A of the Sexual Offences Act 2003(g);(l) an offence under section 71 of the Coroners and Justice Act 2009(h);(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive;(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.

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.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 165

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: N/A

IV.1.6) Gwybodaeth am arwerthiant electronig

Defnyddir arwerthiant electronig

Gwybodaeth ychwanegol am arwerthiant electronig:

An electronic auction will not be used as part of selection onto the Framework Agreement. However Consortium Members reserve the right to conduct mini-competitions through e-auctions.

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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 02/12/2022

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 02/12/2022

Amser lleol: 12:05

Place:

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

2026

VI.3) Gwybodaeth ychwanegol

Tender documents must be accessed through the Cirrus Purchasing InTend eTender facility.The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102, including but not limited to, the definable groups referenced in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.Please see the tender documents for further information on framework requirements and tender evaluation criteria.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts of Justice

London

WC2A 2LL

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this Contract Notice. The Public Contracts Regulations 2015 #102 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.5) Dyddiad anfon yr hysbysiad hwn

01/11/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44613800 Cynwysyddion ar gyfer deunydd gwastraff Cynwysyddion mawr
79723000 Gwasanaethau dadansoddi gwastraff Gwasanaethau ymchwilio
90500000 Gwasanaethau sy’n gysylltiedig â sbwriel a gwastraff Gwasanaethau carthffosiaeth, sbwriel, glanhau ac amgylcheddol
44613700 Sgipiau sbwriel Cynwysyddion mawr

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:
tenders@cirruspurchasing.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.